USAFA CADET ATHLETIC JACKETS MNS AND WMNS
ID: FA700026Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Cut and Sew Apparel Manufacturing (except Contractors) (315250)

PSC

OUTERWEAR, MEN'S (8405)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the United States Air Force Academy (USAFA), is soliciting quotes for the procurement of men's and women's athletic jackets under a Total Small Business Set-Aside contract. This opportunity involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with one base year and four option years, requiring vendors to manufacture jackets according to detailed specifications, including the use of government-furnished materials. The athletic jackets are integral to the cadet dress uniform, emphasizing quality and adherence to specific design and material standards. Quotes are due by December 12, 2025, at 10:00 AM Mountain Standard Time, and interested vendors should contact Ronald Wilson or Wanda Farr for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force Academy (USAFA) Specification USAFA CU 370 outlines the requirements for men's and women's athletic cadet jackets, dated May 5, 2017. This specification details materials, design, construction, and quality assurance for these jackets, which are a component of the cadet dress uniform. Key revisions from previous editions include formatting updates, elimination of flannel and muslin, and the addition of zipper specifications. The document specifies sizes, fabric (USAF Academy blue, 10 oz. polyester/wool tropical cloth), black satin-like lining, and various components like slide fasteners, interlining, knitted cuffs, collars, and waistbands. It also covers labeling, shoulder pad construction, thread types, and precise manufacturing operations, stitches, seams, and pressing guidelines. Quality assurance provisions, including first article inspection and acceptable quality levels for defects, are thoroughly described, along with finished measurements for different sizes and lengths. The document emphasizes adherence to government and non-government publications, ensuring high standards for the jackets.
    This government file outlines contract administration data, focusing on payment instructions and various clauses incorporated by reference and full text. Key aspects include the Wide Area WorkFlow (WAWF) system for electronic payment requests and receiving reports, detailing access, training, submission methods, and routing information. It specifies document types for different payment scenarios and outlines data requirements for item unique identification and valuation, including serialization and reporting procedures. Additionally, the document lists numerous FAR and DFARS clauses covering topics such as contractor ethics, small business utilization, equal opportunity, combating human trafficking, and environmental protection. It also includes supplemental clauses on ombudsman services and the elimination of Class I Ozone Depleting Substances. The
    This government solicitation outlines critical requirements for offerors providing cloth/textile components, emphasizing compliance with the Berry Amendment. Offerors must identify all suppliers and manufacturers for each component, including their addresses, and obtain a Certificate of Compliance. Strict rules govern changes to listed suppliers or manufacturers, requiring contracting officer approval. The Berry Amendment applies to end items, components, and subcontracted parts like buttons and zippers. Additionally, the solicitation requires offerors to disclose their intended place of performance, especially if it differs from their primary address, and provide details about the facility's owner and operator. Non-compliance with these provisions, particularly the Berry Amendment, may lead to disqualification.
    The provided government file is empty, therefore, I cannot identify any main topics, key ideas, or supporting details. I am unable to create a summary for an empty document.
    This government solicitation, FA700026Q0005, outlines a price schedule for USAFA Cadet Athletic Jackets. The solicitation includes requirements for both men's and women's athletic jackets, specified as IAW SPEC 370-170505-AJKT-COMBINED. The material, wool tropical (8305-01-057-9818), will be Government Furnished Material (GFM). The contract includes a base year with quantities of 1,600 men's jackets and 700 women's jackets, along with one men's and one women's jacket for first article inspection. Additionally, there are four option years, each replicating the base year quantities of 1,600 men's and 700 women's jackets. The document provides spaces for vendors to input unit prices and total amounts for each line item, as well as company details such as name, address, Cage Code, and Unique Entity ID (UEI).
    The United States Air Force Academy (USAFA) is soliciting quotes for Athletic Jackets through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with one base year and four option years. This small business set-aside acquisition, under NAICS 315250, requires vendors to manufacture men's and women's athletic jackets according to provided specifications and government-furnished material. Quotes are due by December 12, 2025, 10:00 AM Mountain Standard Time, and must include pricing, descriptive literature, past performance information, and required contract documentation, including registration in SAM.gov and adherence to the Berry Amendment. The government intends to award a firm-fixed-price purchase order without discussions, based on best value considering price, delivery, and technical factors. First articles are due 30 days after order receipt, with subsequent deliveries within 90 days of first article approval. The government will inspect and accept supplies at the USAFA.
    The US Air Force Academy (USAFA) intends to award a sole-source Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to SAWASAWA, LLC for athletic jackets. This notice, issued under FAR subpart 5.2, specifies the award is non-competitive due to SAWASAWA, LLC being the only responsible source capable of meeting the USAFA's specific requirements and expedited delivery schedule, which was impacted by a government shutdown. The contract, with a NAICS code of 315250, will include one base year and four one-year options, with an anticipated award date on or before December 9, 2025. The requirement includes 1,600 men's and 700 women's athletic jackets per year, totaling 8,000 men's and 3,500 women's jackets over the five-year period. Interested parties must submit capability statements demonstrating clear evidence of competitive advantage by November 28, 2025, to ronald.wilson.26@us.af.mil. A solicitation will not be posted.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USAFA Polo Shirts
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking quotes for the manufacture and delivery of men's and women's cadet polo shirts for fiscal year 2026. The procurement requires compliance with specific material standards, including 100% polyester fabric with moisture management capabilities, and includes detailed specifications for design, sizing, and labeling, such as an embroidered USAFA logo. This contract is a total small business set-aside, with a firm-fixed-price structure for a base year and four option years, emphasizing the importance of domestic sourcing under the Berry Amendment. Interested vendors must submit their quotes by December 9, 2025, and direct any inquiries to Danielle Hyde or Marissa Morris via email.
    Cold Weather Coveralls
    Buyer not available
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking qualified contractors to provide 494 cold weather coveralls under a Firm Fixed Price contract. The coveralls must meet specific requirements, including being insulated, wind-resistant, water-repellent, and made from low static-producing, tear-resistant fabric, with reinforced knees and securable pockets. This procurement is critical for maintaining operational readiness in cold conditions, and the contract is designated as a Total Small Business Set-Aside under NAICS code 315250. Interested vendors must submit their quotes by December 12, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact the 140th Contracting Office at 720-847-9498 or via email at 140.WG.MSC@us.af.mil.
    Female Coat & Trousers, IHWCU, OCP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the procurement of Female Improved Hot Weather Combat Uniform (IHWCU) Coats and Trousers in Operational Camouflage Pattern (OCP). This solicitation, identified as SPE1C1-25-R-0078, includes two distinct lots: Lot 1 is a Total Small Business Set-Aside for both items, while Lot 2 is specifically set aside for Historically Underutilized Business Zone (HUBZone) Small Business concerns for the coats. The uniforms are critical for military personnel operating in hot weather environments, ensuring comfort and functionality while adhering to strict quality and technical specifications. Interested offerors must submit proposals and Product Demonstration Models via the DLA Internet Bid Board System (DIBBS) by December 8, 2025, at 3:00 PM EST, and can contact Marissa Sacca or Maria Silvester for further information.
    Fuel Handler Coveralls | Travis AFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fuel handler coveralls for Travis Air Force Base in California. The procurement involves a total of 34 coveralls in various sizes, designed to meet specific performance standards for use in confined space maintenance, including resistance to contaminants like jet fuel and hydraulic fluid. This contract is a Total Small Business Set-Aside, with quotes due by December 5, 2025, at 12:00 PM PST, and interested parties must ensure compliance with various federal regulations and security requirements. For further inquiries, potential offerors can contact SrA Amelia Estrada-Dighiera at amelia.estradadighiera@us.af.mil or SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil.
    Air Force Temperate Weather Boot
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals from qualified small businesses for the procurement of Air Force Temperate Weather Boots, specifically designed for both men and women. The contract will cover the production of Coyote-colored boots that meet stringent specifications outlined in the Product Descriptions PD-77AESG-06-01A for men's boots and PD-77AESG-06-03A for women's boots, which include requirements for materials, performance criteria, and safety standards. These boots are essential for military personnel operating in temperate weather conditions, ensuring durability and comfort in demanding environments. Interested vendors should note that the contract will be awarded as an Indefinite Quantity (IDIQ) type with a guaranteed minimum of 17,196 pairs and a maximum value of $44,881,560, with proposals evaluated based on product demonstration models and past performance. For further inquiries, potential bidders can contact Angela Harris-Norton at angela.harris-norton@dla.mil or Clifford Lawson at clifford.lawson@dla.mil.
    Personalized Navy Galley Uniforms
    Buyer not available
    The Department of Defense, specifically the U.S. Navy's SUPSHIP Bath, is soliciting quotations for personalized galley uniforms under a Total Small Business Set-Aside procurement. The requirement includes various chef apparel items such as long and short sleeve chef coats, ribbed t-shirts, chef hats, aprons, and baggy chef pants, all of which must be manufactured in the USA and meet specific fire-retardant fabric standards. This procurement is crucial for ensuring the safety and uniformity of Navy personnel in food service roles, with delivery expected no later than 60 days after receipt of order to Bath, Maine. Interested vendors should submit their quotations via email to Missy Boudreau by December 2, 2025, and must confirm their active registration in SAM.gov.
    Air Force Hot Weather Safety Boot
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking qualified small businesses to provide Air Force Hot Weather Safety Boots, specifically designed with steel toes for both men and women. The procurement includes a total of 119,520 pairs of boots over a three-year period, with stringent requirements for materials, construction, and quality assurance, including compliance with ASTM standards for protective footwear. These boots are essential for ensuring the safety and comfort of military personnel in hot weather conditions, and the contract will be awarded based on best value tradeoff source selection procedures, focusing on product demonstration and past performance. Interested vendors should contact Ronald Ball at ronald.ball@dla.mil or 445-737-5823, or Clifford Lawson at clifford.lawson@dla.mil or 445-737-8084 for further details, and must register on the DLA Internet Bid Board System (DIBBS) to access the solicitation once posted.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a contract to supply police uniforms under Solicitation No. 15F06725R0000235. This procurement involves a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a maximum value of $2.5 million and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit their proposals, including samples, by December 19, 2025, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    Tailor Made Flight Suits for Members of the Naval Flight Demonstration Squadron.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified contractors to provide tailor-made flight suits for members of the Naval Flight Demonstration Squadron. These uniforms must adhere to specific safety, operational, and mission requirements, reflecting the iconic design and uniformity essential for the squadron's public appearances. Interested contractors are required to submit four prototypes in various colors for qualification testing, with the anticipated contract awards expected to begin in August 2025. For further inquiries, potential bidders can contact Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil.