ANC Safety Boots
ID: W91QV124R0178Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

Footwear Manufacturing (316210)

PSC

FOOTWEAR, MEN'S (8430)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of safety boots intended for employees at Arlington National Cemetery. Bidders are required to provide three models of safety boots that meet specific safety standards, including safety toe, waterproofing, and durability, as outlined in the Performance Work Statement (PWS). This procurement underscores the government's commitment to ensuring employee safety through quality footwear, adhering to federal acquisition regulations, including compliance with the Buy American Act and the Berry Amendment. Proposals must be submitted in three volumes by September 4, 2024, with questions directed to the primary contact, Oswald Pascal, at oswald.pascal.civ@army.mil or by phone at 210-800-1676.

    Files
    Title
    Posted
    The document outlines a pricing model for the procurement of safety and wet weather boots, as well as mobile units, under various Contract Line Item Numbers (CLINs). Each CLIN details specific models of safety boots and wet weather boots, along with quantities and unit prices. There are three models of each type of boot listed, with prices varying slightly among them. Additionally, a mobile unit is included under each CLIN. The structure consists of multiple CLINs, categorized for safety boots and wet weather boots, indicating a consistent requirement across different models and a total contract value spanning the base period plus four additional years. The pricing reflects a standardization likely aimed at compliance with government procurement guidelines while ensuring that essential safety gear is available for government personnel or contractors. Overall, the document serves as a formal proposal for footwear supplies, highlighting the importance of safety equipment in federal and state operations.
    The government seeks proposals for a single-award ID/IQ contract to supply Arlington National Cemetery employees with safety boots. Offerors must submit technically acceptable, priced proposals for two types of boots: safety toe boots and wet weather boots. Additionally, the contract includes provisions for an air-conditioned mobile unit to facilitate boot fittings, with delivery obligations. The evaluation criteria prioritize the lowest priced, technically acceptable offers. Offerors must comply with numerous statutory and executive order requirements, and the solicitation includes detailed instructions for proposal preparation and submission. Questions regarding the RFP must be submitted by August 14th, while the proposal deadline is August 22nd.
    The document outlines a federal Request for Proposal (RFP) for safety boots intended for employees at Arlington National Cemetery. The contract will be awarded based on a Lowest Price, Technically Acceptable (LPTA) evaluation criterion. Bidders must provide three models of safety boots that meet specific standards, including safety toe, waterproofing, and durability requirements as per the Performance Work Statement (PWS). Proposals must be submitted in three volumes: administrative, technical capability, and price, with strict formatting and page count requirements. Additionally, submissions must demonstrate compliance with the Buy American Act and the Berry Amendment. Questions regarding the RFP must be directed to the Contracting Officer by September 3, 2024, with proposals due by September 4, 2024. The evaluation will focus on technical capability and price, with details on methods for inspection, acceptance, and delivery timelines specified. Overall, the RFP highlights the government’s commitment to ensuring employee safety through quality footwear while adhering to federal acquisition regulations and standards.
    Lifecycle
    Title
    Type
    ANC Safety Boots
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Boot, Army Combat Hot Weather, Improved
    Active
    Dept Of Defense
    The US Department of Defense is seeking proposals for the manufacture and supply of improved hot weather army combat boots, with three distinct lots encompassing different quantity requirements. These boots are designed for military operations in demanding environments, and the solicitation aims to award three separate contractors for each lot. The first lot, unrestricted, requires a minimum of 39,986 and an annual estimated quantity of 119,958 boots, with a maximum of 549,809 over a 12-month period. Lot 0002, designated for small businesses, has a minimum and annual estimate of 18,176 boots, and a maximum quantity of 249,913. Lot 0003, also for small businesses, requires a minimum of 14,540 and an annual estimate of 43,621, with a maximum of 199,930 boots. The selected contractor will need to adhere to the detailed requirements outlined in the GL-PD-21-12 specification, which encompasses design, material, and performance standards. The partial speed lace system, removable inserts, and drainage features are crucial for military personnel in diverse climates. Interested parties should register on the DLA Internet Bid Board System (DIBBS) to access the solicitation and submit proposals accordingly. Kristy DeRitis at kristy.deritis@dla.mil or 2157372479 can provide further details. The opportunity boasts a substantial funding limit of over $24 million. Key Deadlines: Registration on DIBBS for solicitation access: Ongoing Proposal Submission Deadline: To be determined via DIBBS.
    Boot, Navy Safety, I-5, Aviator Brown
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is conducting market research for the procurement of Navy Safety Boots, specifically the I-5 Aviator Brown model for both men and women. The objective is to gather insights from manufacturers regarding their capabilities to supply these safety boots, which are essential for the safety and operational effectiveness of Navy personnel. The boots must meet stringent specifications, including full-grain leather uppers and oil-resistant outsoles, and will be subject to rigorous quality control and performance testing. Interested manufacturers are encouraged to respond to the Market Research Survey by September 20, 2024, and can reach out to Angela Harris-Norton or Ryan Zarkowski for further information.
    84--SAFETY FOOTWEAR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure safety footwear through a Small Business set aside. This procurement is in support of Puget Sound Naval Shipyard in Bremerton, WA. The safety shoes must meet the American Society of Testing Material (ASTM: F2412-05 and F2413-05) standards. The procurement will be conducted using commercial and simplified acquisition procedures in accordance with FAR Part 12 and 13. Prospective offerors should download the solicitation from the NECO website and monitor it for any amendments. The anticipated posting date of the solicitation is on or about 13-JUN-2018, with a closing on 21-JUN-2018. All responsible sources may submit a bid, proposal, or quotation for consideration. For more information, contact the Purchasing Agent, Julio Hernandez, at 360-476-4832 or julio.a.hernandez@navy.mil.
    FIRE & EMERGENCY SERVICES(F&ES) WORK & STRUXIMITY BOOT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy Region Southwest, is seeking quotations for the procurement of firefighter boots under solicitation number N00244-24-Q-0334. The contract requires the provision of 150 pairs of Honeywell PRO Series 3003 Station Duty Boots and 50 pairs of Honeywell PRO Series 5050 Struximity Boots, which are essential personal protective equipment for firefighting personnel, ensuring compliance with safety standards such as ANSI and NFPA. This procurement is critical for maintaining operational readiness and safety across multiple locations in California and Nevada, with a contract period from October 1, 2024, to September 30, 2025. Interested vendors must submit their quotes by September 17, 2024, and complete necessary representations in the System for Award Management (SAM); for further inquiries, contact Janet Nunez at janet.nunez@navy.mil or 619-556-5199.
    83-Option Bates Shoes and Shoe Findings and Sole Material Modifications
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals for the procurement of Bates shoes, shoe findings, and sole material modifications. This opportunity is specifically set aside for small businesses under the SBA guidelines and falls within the NAICS code 316210, which pertains to footwear manufacturing. The goods are essential for military personnel, ensuring they have the necessary footwear for various operational environments. Interested vendors can find more details and submit inquiries to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 1-877-933-3243.
    Socks, Boot, Antimicrobial, Coyote Brown
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for the procurement of antimicrobial boot socks in coyote brown, under solicitation SPE1C1-24-R-0088. The contract will establish a five-year indefinite delivery type agreement with a guaranteed minimum of 175,000 pairs and a maximum of 4,365,000 pairs, emphasizing compliance with the Berry Amendment for domestic sourcing and stringent quality standards. These socks are essential for U.S. military personnel, ensuring they have high-quality, effective gear to support their operational needs. Interested vendors must submit their technical proposals, including Product Demonstration Models and supporting documentation, by October 2, 2024, to the primary contact, Donna Kuzma-Streibich, at donna.streibich@dla.mil or by phone at 215-737-8486.
    Boot, Dust and Moisture Seals
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for the procurement of 39 Boot, Dust and Moisture Seals under solicitation W519TC24Q2427. This procurement is restricted to approved sources as indicated in the provided drawings, and the award will be made as a Firm Fixed Price purchase order to the Lowest Priced Responsive Offeror, with no discussions expected except for clarifications. The seals are essential components for military equipment, ensuring protection against dust and moisture, which is critical for operational readiness. Interested vendors must be registered in the Joint Certification Program (JCP) and submit their proposals by including a Certificate of Conformance and Certified Test Report, with a delivery deadline set for November 26, 2024. For further inquiries, vendors can contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Sole Source OEM Honeywell First Responder - Firefighting Boots
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking to procure OEM Honeywell First Responder firefighting boots under a sole-source contract. This firm fixed-price supply contract is intended to support the Military Sealift Command and requires vendors to meet specific Department of Defense regulations regarding marking and packaging, ensuring cohesive delivery of all listed items. The procurement is critical for maintaining safety and operational readiness in firefighting efforts. Interested vendors must submit their offers by 12:00 PM PDT on September 17, 2024, and can direct inquiries to Walid Aslan at walid.m.aslan.civ@us.navy.mil or Joseph Ibrahim at joseph.m.ibrahim.civ@us.navy.mil.
    OVERBOOTS, MOLDED, LIGHTWEIGHT, CHEMICAL/BIOLOGICAL PROTECTIVE (MALO)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking to procure Overboots, Molded, Lightweight, Chemical/Biological Protective (MALO) under a Sole Source award to Canadian Commercial Corporation. The procurement aims to ensure high manufacturing quality standards for this critical safety item, which is subject to International Traffic in Arms Regulations (ITAR), and requires interested vendors to demonstrate their capability through sample submissions and compliance with stringent qualification processes. The contract will consist of three one-year ordering periods with a total maximum quantity of 1,727,165 units, and interested parties must complete a Non-Disclosure Agreement and a DD Form 2345 to access technical data. For further inquiries, vendors can contact John Green at john.e2.green@dla.mil or Patricia Martin at patricia.a.martin@dla.mil.
    53--BOOT,DUST AND MOIST
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 27 units of the NSN 5340-01-111-0128, specifically a dust and moisture boot. This procurement is a source-controlled drawing item, meaning that only approved sources, such as those identified in the solicitation, may provide the required goods. The items are critical for maintaining equipment functionality and ensuring operational readiness. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the DLA at DibbsBSM@dla.mil. The deadline for quotes is set for 165 days after the award date.