The Department of the Air Force (DAF) is seeking to procure Fire & Emergency Services (F&ES) Chem-Bio (CB) Boots for all DAF and US Space Force fire stations, including Air National Guard and Air Force Reserve Command, both CONUS and OCONUS. These boots must meet mandatory minimum requirements for structural and proximity firefighting, integrating with the Joint Firefighter Integrated Response Ensemble (JFIRE). The Statement of Work (SOW) outlines specific standards and regulations, including adherence to various NFPA and ASTM standards, and Berry Amendment compliance. Key boot specifications include dual-certification to NFPA 19701 and 19902, flame and water-resistant leather, GORE® CROSSTECH® fabric, KEVLAR® blend protection, and aluminized PBI® fabric. Additional features like composite shin guards, safety toe caps, VIBRAM® outsoles, and specific sizing requirements are detailed. The SOW also covers delivery timelines (90 calendar days for CONUS, 120 for OCONUS), tracking, shipping (FOB destination), and annual data reporting requirements. Deviations from these specifications are strictly prohibited.
The Department of the Air Force (DAF) Fire & Emergency Services (F&ES) requires specialized Chemical-Biological (CB) firefighting boots for all DAF and US Space Force fire stations, including Air National Guard and Air Force Reserve Command units, both within and outside the contiguous United States. These boots must meet mandatory minimum requirements for structural and proximity firefighting, integrating with the Joint Firefighter Integrated Response Ensemble (JFIRE). The procurement emphasizes compliance with numerous standards, including NFPA 1971 and NFPA 1992, and mandates Berry Amendment compliance. Key boot specifications include flame-resistant, water-resistant leather, GORE® CROSSTECH® fabric, KEVLAR® blend protection, and aluminized PBI® fabric for enhanced thermal protection. Additional features include reflective material, pull straps, shin guards, internal fit systems, composite safety toes, puncture protection, and slip-resistant outsoles. Boots must be lightweight, include specific labeling, and be available in a wide range of men’s and women’s sizes and widths. The contract outlines strict delivery timelines (90 days CONUS, 120 days OCONUS) with all shipping costs included and requires comprehensive tracking. Annual data reporting on contract performance and spending is also mandated, and no deviations from the specified boot requirements are permitted.
The Department of the Air Force (DAF) has issued a Statement of Work (SOW) regarding the procurement of Chemical-Biological (CB) firefighting boots intended for use at fire stations within the DAF, US Space Force, Air National Guard, and Air Force Reserve Command. This document outlines essential specifications for CB-approved firefighter boots aimed at compatibility with the Joint Firefighter Integrated Response Ensemble (JFIRE). Key requirements include compliance with various safety standards such as the NFPA and OSHA regulations, dual certifications for structural and proximity firefighting, and adherence to the Berry Amendment. The boots must incorporate advanced materials for protection against hazardous environments, covering aspects like thermal insulation, waterproofing, and puncture resistance. Delivery timelines are specified, with 90 days for Continental U.S. orders and 120 days for overseas shipments, along with detailed reporting obligations for contractors. The SOW emphasizes that no deviations from these specifications are permissible, reinforcing uniform standards for firefighter safety equipment. This procurement aligns with governmental efforts to maintain high safety standards and operational readiness within fire services.
This document addresses questions and answers regarding the FA805126DChemBioBoots solicitation for Fire Equipment Safety Personal Protective Equipment Chem Bio Boots. Key responses include clarification that interoperability with the Joint Firefighter Integrated Response Ensemble (JFIRE) is not required. While ASTM Standard F2588 testing for Man-In-Simulant Test (MIST) is acceptable, testing to NFPA 1990 is deemed sufficient, with the Air Force not providing testing facilities or ensembles. The requirement for Test Operations Procedure (TOP) 8-2-501 (Permeation and Penetration Testing) has been removed, with the boots instead needing to meet NFPA 1970, 1990, and 1950 standards. Morning Pride's certification consultant, Jeff Stull, is advised to contact Brian Thompson, AFCEC FES Program Manager, for a meeting to discuss CBRN requirements.
The AFICC 772d Enterprise Sourcing Squadron issued a Sources Sought Notice for Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE) Structural-Proximity Pull-On-Boots for the United States Air Force. This notice is for informational purposes only and does not constitute a Request for Proposal. The USAF intends to award an Indefinite Delivery Indefinite Quantity contract for these commercial boots. The notice requests information from contractors regarding product certification (NFPA 1971, 1992, UL, SEI, ITS/ETL), single-source manufacturing, Berry Amendment compliance, ISO 9001 certification, delivery times (90 business days CONUS, 100 OCONUS), formal agreements with manufacturers, automated ordering platforms, quality control procedures, interoperability with JFIRE, and compliance with ASTM F2588 and TOP 8-2-501. The government is conducting market research to identify firms capable of meeting these requirements. Interested contractors must be registered in SAM and are encouraged to submit a capability statement addressing the outlined questions, including business information, type, proposed contracting arrangement, subcontracting opportunities, past project experience, GSA Schedule availability, and product warranty. Responses are due by 1300 Central Time on July 31, 2025, and questions by July 16, 2025. The NAICS code is 316210, Footwear Manufacturing, with a small business size standard of 1,000 employees. The first order is anticipated in Q1 FY2027.
The AFICC 772d Enterprise Sourcing Squadron issued a Sources Sought Notice on behalf of the United States Air Force (USAF) for Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE) Structural-Proximity Pull-On-Boots. This notice is for information only and does not constitute a Request for Proposal. The USAF intends to award an Indefinite Delivery Indefinite Quantity contract for these commercial boots and is seeking industry capabilities. Contractors are asked to address various questions regarding product compliance (NFPA, ASTM, TOP standards), manufacturing quality (ISO 9001, Berry Amendment), supply chain (single source, formal agreements, automated platforms), delivery timelines, interoperability with JFIRE, quality control, and warranty. Interested firms must submit a capability statement by July 31, 2025, providing business details, experience with similar projects, and addressing the posed questions. The NAICS code is 316210, Footwear Manufacturing. All contractors must be registered in SAM.
The U.S. Air Force is seeking information from contractors regarding the supply of Fire and Emergency Services Personal Protective Equipment, specifically Structural-Proximity Pull-On-Boots, through a Sources Sought Notice. This notice is not a Request for Proposal but aims to assess industry capabilities to fulfill the anticipated contract requirements, projected for a first order in Fiscal Year 2027. Interested firms are encouraged to submit capability statements addressing specific compliance questions related to certifications, quality controls, and delivery timelines. Firms must register in the System for Award Management (SAM) before contract awards. Submissions should include company details, previous experience, and prospective teaming arrangements, all within 15 pages. The emphasis is on understanding contractor viability in meeting stringent standards such as NFPA compliance and Berry Amendment requirements. The deadline for submission is July 31, 2025. This initiative not only highlights the need for high-quality PPE manufacturing but also adheres to specific government compliance standards in contracting processes.