Fire Equipment Safety Personal Protective Equipment Chem Bio Boots
ID: FA805126DChemBioBootsType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8051 772 ESS PKDTYNDALL AFB, FL, 32403-5322, USA

NAICS

Footwear Manufacturing (316210)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors to provide Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE) in the form of Structural-Proximity Pull-On-Boots. The procurement aims to establish an Indefinite Delivery Indefinite Quantity contract for these specialized firefighting boots, which must meet stringent compliance standards including NFPA 1971 and Berry Amendment requirements, and be suitable for use by all DAF and US Space Force fire stations. Interested contractors are required to submit a capability statement addressing various technical and compliance questions by July 31, 2025, with inquiries due by July 16, 2025. For further information, contractors may contact Matt Martinez at matthew.martinez.37@us.af.mil or Randall Jones at randall.jones.16@us.af.mil.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Army Hot Weather - Fire Resistant Boots
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a presolicitation notice for a contract to procure Army Hot Weather-Fire Resistant-Safety Boots for men, specifically set aside for small businesses. This procurement involves a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a three-year base term, aiming to supply an estimated total of 34,800 units, with a guaranteed minimum of 2,900 and a maximum of 52,200 units. The boots are essential for military personnel operating in hot weather conditions, ensuring safety and compliance with stringent quality standards. Interested vendors can find more details and submit inquiries to primary contact Ronald Ball at ronald.ball@dla.mil or secondary contact Clifford Lawson at clifford.lawson@dla.mil, with the solicitation available on the DLA Internet Bid Board System (DIBBS).
    42--BOOTS,DISPOSABLE,SP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 4,600 units of disposable boots (NSN 4240014368860). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the NAICS code 315990 for Apparel Accessories and Other Apparel Manufacturing. The disposable boots are critical for fire, rescue, and safety operations, highlighting their importance in maintaining safety standards for personnel. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 77 days after the award date.
    53--BOOT,DUST AND MOISTURE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of dust and moisture boots, specifically NSN 5340010840008. The contract will involve an estimated quantity of 1,935 units, with a guaranteed minimum of 290 units, and may result in an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These items are critical for maintaining equipment integrity and are sourced from an approved manufacturer, K0720 313C743-9, as per the source-controlled drawing requirements. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Boot, TW Coyote Combat (Army)
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is conducting a market research survey for the procurement of Army Temperate Weather Combat Boots, specifically the TW Coyote Combat model. The objective is to gather information on industry capabilities and develop an acquisition strategy, with the intention of issuing an Indefinite Quantity Contract for a 48-month period, which includes a guaranteed minimum of 4,374 pairs and a maximum of 209,952 pairs. These combat boots are critical for the U.S. Army, ensuring durability and performance under various conditions, with specifications emphasizing waterproofing, comfort, and resistance to environmental factors. Interested vendors must submit their responses by December 9, 2025, to Karen Johnson at karen.m.johnson@dla.mil, and are encouraged to review the attached documents for detailed requirements and compliance information.
    53--BOOT,DUST AND MOIST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of dust and moisture boots, specifically NSN 5340016177215. The contract will involve an estimated quantity of 157 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of 23 units. These items are crucial for various military applications, ensuring the protection of equipment in diverse environments. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    53--BOOT,DUST AND MOIST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of dust and moisture boots, specifically NSN 5340015781524. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated quantity of three units to be delivered within 116 days after order placement, with a total contract value not exceeding $350,000. These items are critical for various military applications and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    53--BOOT,DUST AND MOIST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 49 units of NSN 5340-01-421-2822, specifically for dust and moisture boots. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 7. These items are crucial for maintaining equipment functionality in various operational environments, and deliveries will be made to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Molder Shoes
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is preparing to solicit bids for the manufacture and delivery of Molders Shoes, specifically designed to meet military specifications. These shoes, identified by NSN 8430-01-174-2413, must be constructed from high-quality materials, including black cattlehide leather, and must adhere to stringent safety and performance standards, such as impact and compression resistance, as well as specific packaging and labeling requirements. This procurement is critical for ensuring that military personnel have access to durable and reliable footwear, with a total contract quantity ranging from a minimum of 1,395 pairs to a maximum of 20,925 pairs over three years. Interested vendors should note that the solicitation is expected to be posted on or after December 16, 2025, and must ensure they are registered in the System for Award Management (SAM) to participate. For further inquiries, potential bidders can contact Victoria O'Reilly at victoria.o'reilly@dla.mil or Charles Brown II at charles.brown3@dla.mil.