ContractSolicitation

Request for Proposal (RFP) - Integrated Footwear Systems

DEPT OF DEFENSE RFP_W911QY25RA018_2025
Response Deadline
Aug 25, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Army's ACC-APG Natick office, is soliciting proposals for an Integrated Footwear System (IFS), a specialized sock/liner system designed to protect against chemical and biological hazards. This procurement involves an indefinite-delivery/indefinite-quantity (IDIQ) contract with firm-fixed-price (FFP) arrangements, spanning a five-year period with a minimum contract value of $150.00, and requires the delivery of IFS ensembles in varying quantities from fiscal year 2026 to 2029. The IFS is critical for ensuring the safety and operational effectiveness of military personnel in hazardous environments. Proposals are due by August 25, 2025, and interested parties should direct inquiries to Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.

Classification Codes

NAICS Code
315210
Cut and Sew Apparel Contractors
PSC Code
8415
CLOTHING, SPECIAL PURPOSE

Solicitation Documents

20 Files
Attachment 0002 GFP Attachment_IFS.xlsx
Excel2177 KBAug 4, 2025
AI Summary
The document pertains to a government contracting context, specifically regarding the provision of government-furnished property associated with custodial procurement efforts. It details essential information about items being requisitioned under a Department of Defense (DoD) contract. Key elements include item specifications, such as a Gore laminate and seam tape, complete with National Stock Numbers (NSN), Manufacturer CAGE codes, part numbers, and required quantities. The document includes fields for purchasing details like unit acquisition costs, delivery events, and contract amendments. It also indicates that materials will be provided upon contract award. Overall, the file serves as a structured approach to managing government property and inventory for contracting officers, ensuring all necessary data is documented for compliance and procurement efficiency within federal and state contracting frameworks. The focus on key terms and organized fields suggests an emphasis on accountability and clarity in government procurement processes.
Exhibit A - CDRLs.pdf
PDF1311 KBAug 4, 2025
AI Summary
The document pertains to the federal and state RFP process, emphasizing the importance of clear objectives and guidelines for potential applicants. It outlines essential components for creating successful proposals, highlighting the need for a comprehensive understanding of the funding agency's mission and requirements. Key elements include the significance of aligning project goals with federal priorities, adhering to budgetary constraints, and demonstrating the capability to execute the proposed project effectively. Additionally, it stresses the importance of collaboration with stakeholders and maintaining transparent communication throughout the proposal process. The document serves as a guide for individuals and organizations seeking federal grants or responding to RFPs at various government levels, ensuring a structured approach to securing funding and fostering successful project outcomes.
Attachment 0001 JPMP-PD-IFS-01 - FINAL.pdf
PDF400 KBAug 4, 2025
AI Summary
The document delineates the specifications for the Joint Service Lightweight Integrated Suit Technology (JSLIST) Integrated Footwear System (IFS), focusing on the procurement of chemical protective socks for the Department of Defense. It outlines the scope, applicable documents, requirements for qualification, materials, and testing protocols necessary to ensure durability and effectiveness against chemical agents. The socks are produced in multiple sizes and must comply with stringent quality and safety standards, including chemical resistance, physical properties, and proper packaging for military purposes. The document specifies inspections such as Qualification Inspection, First Article Inspection, and Conformance Inspection to maintain adherence to the prescribed quality. Additionally, it addresses environmentally preferable materials and outlines packaging and shipping requirements. Overall, this procurement guideline is crucial for ensuring the operational readiness and safety of military personnel against hazardous agents, reflecting the government's commitment to high standards in military equipment.
Solicitation - W911QY25RA018.pdf
PDF4690 KBAug 4, 2025
AI Summary
The document outlines a government solicitation for the Integrated Footwear System (IFS), intended to provide protective sock and liner systems for military personnel against chemical and biological threats. It specifies the contract's classification as a Rated Order under the Defense Priorities and Allocations System (DPAS). The solicitation details include the schedule for proposals, evaluation criteria, and the responsibilities of the contractor regarding production and testing. Key deliverables encompass First Article Tests, multiple annual quantities of IFS, and compliance with various safety assessments and quality assurance protocols. The Contractor is also tasked with developing several reports, including Safety Assessment and Health Hazard Assessment Reports, as outlined in the Contract Data Requirements List. Additionally, critical clauses regarding delivery schedules, inspection, and payment processes are provided, ensuring that successful bids adhere to stringent quality and performance standards. The emphasis on regulatory compliance highlights the importance of safety and operational effectiveness in military procurement, reflecting the broader goals of ensuring the readiness and protection of military personnel.
Attachment 0003 Price Proposal Template.xlsx
Excel15 KBAug 4, 2025
AI Summary
This document outlines various Contract Line Item Numbers (CLINs) related to an ongoing federal project focused on various aspects of In-Frequency Supports (IFS) over five years, including First Article Testing and follow-on production. Each CLIN specifies different quantity ranges for required items, although all unit prices are marked as $0.00. CLIN 0001 covers initial First Article Testing, while CLINs 0002 through 0006 outline production quantities for years one through five. The document references corresponding sizing tariffs and attachment details for IFS in each year, emphasizing compliance and regulated testing of assorted ensembles. Notably, the lack of specified unit prices indicates a preliminary or budgetary phase of contracting rather than finalized cost estimates. Overall, this document serves as a foundational framework for contract pricing and testing standards related to federal procurement, emphasizing structured planning for the production lifecycle and compliance with federal guidelines.
Solicitation Amendment - W911QY25RA0180001 Conformed.pdf
PDF4703 KBAug 4, 2025
AI Summary
The government file outlines a Request for Proposal (RFP) for an Integrated Footwear System (IFS) aimed at providing military personnel protective sock/liner systems against chemical and biological threats. This hybrid contract will be awarded for a five-year period with a minimum contract value of $150. The solicitation emphasizes that proposals should be submitted within a specified timeframe and are subject to the conditions set forth. The acquisition is designated for small businesses, with a set-aside policy to promote full competition among smaller entities. Key deliverables include multiple quantities of IFS ensembles scheduled for delivery across fiscal years 2026 to 2029, subject to successful completion of First Article Testing. Detailed contractor responsibilities are specified, including compliance with safety assessments, quality assurance, and regulatory reports necessary for production. The document also stipulates guidelines for proposal submission, contract administration, inspection, and acceptance criteria, ensuring all products conform to military standards and operational requirements. This RFP exemplifies the federal commitment to providing advanced protective equipment while fostering small business participation in defense contracts, critical for maintaining operational readiness and safety for military personnel.
Solicitation Amendment W911QY25RA0180001.pdf
PDF3430 KBAug 4, 2025
AI Summary
This document is an amendment of a solicitation related to the Integrated Footwear System (IFS) for the U.S. Army. The government intends to award an indefinite-delivery/indefinite-quantity (IDIQ) contract, with a firm-fixed-price structure, for a total duration of five years. The proposal submissions must adhere to the guidelines laid out, including acknowledgment of amendments, compliance with various safety assessments, and development of a Quality Assurance Program Plan. The solicitation is targeted exclusively to small businesses under NAICS code 315210, with a stipulation that contractors indicate their proposal’s validity for 180 days. The document outlines key administrative rules regarding contract modifications, inspection requirements, delivery, payment procedures, and management of hazardous materials. The contractor must ensure that all unique item identifications are provided when delivering items at certain costs, emphasizing traceability. In addition, the contractor is required to manage communications and compliance efficiently and is obligated to meet specific performance and reporting requirements. The document underscores the government's desire to maintain stringent quality and accountability standards throughout the procurement process for military footwear.
Solicitation Amendment - W911QY25RA0180002.pdf
PDF4701 KBAug 16, 2025
AI Summary
This government solicitation, W911QY25RA018, issued by ACC-APG Natick, is a Request for Proposal (RFP) for the Integrated Footwear System (IFS). The contract is a hybrid indefinite-delivery/indefinite-quantity (IDIQ) with firm-fixed-price (FFP) arrangements for a five-year ordering period, with a minimum value of $150.00. The IFS is a sock/liner system designed to protect against chemical and biological hazards. This acquisition is a 100% small business set-aside with full and open competition, using NAICS Code 315210 (750-employee size standard). Proposals are due August 14, 2025, by 4:00 PM local time and must be submitted via SAM.gov; hand-delivered or faxed proposals are not accepted. The RFP details specific deliverables, including a First Article Test, and outlines requirements for safety, health, quality assurance, production surge planning, and monthly status reporting. It also incorporates various FAR and DFARS clauses concerning contract administration, payment instructions via Wide Area WorkFlow (WAWF), and limitations on subcontracting, emphasizing compliance with government regulations and standards like ISO 9001.
Solicitation Amendment W911QY25RA0180002 SF 30.pdf
PDF3341 KBAug 16, 2025
AI Summary
This government file details an amendment to a solicitation or modification of a contract, specifically W911QY25RA018, dated August 8, 2025. Key changes include the addition of a notification that the government may use AI in evaluations and the incorporation of DFARS 252.227-7016. Several FAR and DFARS clauses have been added or deleted, including FAR 52.232-25 (Prompt Payment) and DFARS 252.227-7016 (Rights in Bid or Proposal Information). Deleted clauses include FAR 52.211-8 (Time of Delivery) and DFARS 252.204-7020 (NIST SP 800-171 DoD Assessment Requirements). The evaluation criteria for award are heavily weighted towards non-cost/price factors, specifically Technical (Cut & Sew Manufacturing), Quality, and Past Performance, with Cost/Price being less important unless technical proposals are comparable. A mandatory W. L. Gore Certification is required for Phase I, with technical, quality, past performance, and cost/price evaluated in Phase II. The document also outlines the Army's combined technical/risk rating methodology for evaluating proposals, emphasizing that final evaluation judgments will be made by government personnel, not AI tools, and that offeror confidentiality will be protected.
Attachment 0003 Price Proposal Template.xlsx
Excel15 KBAug 16, 2025
AI Summary
The document outlines a federal government Request for Proposal (RFP) for Integrated Financial Systems (IFS), focusing on a multi-year contract with base and option years (Year 2, 3, 4, and 5). The RFP details various Contract Line Item Numbers (CLINs) including First Article Testing (CLIN 0001), follow-on production for IFS (CLIN 0002), and CDRLs (CLIN 0003). Subsequent CLINs (0004-0007) cover IFS for years 2 through 5, with varying quantities. A key aspect is the implementation of Reiterative Linear Pricing (RLP) using the formula y=mx+b, designed to provide flexibility in ordering quantities for IFS components. The government aims to establish a linear relationship between extended price and quantity to support efficient ordering, subject to funding availability. Contractors are required to propose unit prices for specified quantity points to create a series of RLP equations for each CLIN, allowing for pricing calculations across minimum and maximum units when issuing orders. The document also includes an escalation rate and placeholders for RLP equation variables (slope, intercept, quantity, total price).
Solicitation Amendment - W911QY25RA0180001 Conformed.pdf
PDF4703 KBAug 16, 2025
AI Summary
The document is a Request for Proposal (RFP) for the procurement of an Integrated Footwear System (IFS), a sock/liner system designed to protect against chemical and biological hazards, under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract with firm-fixed-price (FFP) arrangements. The contract has an anticipated five-year ordering period and a minimum value of $150.00. This acquisition is a 100% small business set-aside with full and open competition, falling under NAICS Code 315210 (750-employee size standard). Key requirements include the delivery of First Article Test units, annual production quantities of IFS ensembles from FY26 to FY29, and various data deliverables such as Safety Assessment Reports, Health Hazard Assessment Reports, and Quality Assurance Program Plans. The RFP details packaging, inspection, acceptance, and delivery terms, including the requirement for contractors to bear transportation costs to destination. It also outlines administrative data, special contract requirements like key personnel, and numerous FAR and DFARS clauses governing the contract, emphasizing electronic payment via Wide Area Workflow (WAWF) and limitations on subcontracting for small businesses.
Solicitation Amendment W911QY25RA0180001.pdf
PDF3430 KBAug 16, 2025
AI Summary
This government file is an amendment to a solicitation/modification of a contract, specifically W911QY25RA0180001, for an Integrated Footwear System (IFS). The amendment clarifies and modifies various sections of the original document. Key changes include updating fillable clauses and the price proposal template. The solicitation is a 100% small business set-aside with a NAICS code of 315210 and a 750-employee size standard. The contract will be an indefinite-delivery/indefinite-quantity (IDIQ) with a five-year ordering period and a minimum value of $150.00. The document details requirements for First Article Testing for the IFS, outlines various Contract Data Requirements List (CDRL) items such as Safety Assessment, Health Hazard Assessment, Engineering Change Proposals, Quality Assurance Program Plan, Production Surge Plan, Certificates of Compliance, Production Correlation Lists, Start of Work Meeting, Monthly Status Reporting, Technical Interchange Meetings, and Diminishing Manufacturing Sources and Material Shortages Management Plan. It also updates clauses related to Higher-Level Contract Quality Requirements, Specific Quantities Unknown, Contract Administration Data, Wide Area Workflow Payment Instructions, Item Unique Identification and Valuation, Order Limitations, Indefinite Quantity, Limitations on Subcontracting, and Post-award Small Business Program Rerepresentation.
Solicitation Amendment - W911QY25RA0180003.pdf
PDF4697 KBAug 16, 2025
AI Summary
This government solicitation outlines a requirement for an Integrated Footwear System (IFS), a sock/liner system designed to protect against chemical and biological hazards. The contract will be an indefinite-delivery/indefinite-quantity (IDIQ) with firm-fixed-price (FFP) orders, spanning five years with an estimated minimum value of $150.00. The solicitation details the supplies and services, including First Article Testing and annual quantities of IFS ensembles through FY29. Key requirements include adherence to a specific purchase description, various data deliverables (e.g., Safety Assessment Report, Quality Assurance Program Plan, Production Surge Plan), and compliance with numerous FAR and DFARS clauses related to inspection, acceptance, payment, and subcontracting limitations. Proposals are due by August 14, 2025, and must be valid for 180 days. This is a full and open competition with NAICS Code 315210.
Solicitation Amendment W911QY25RA0180003 SF 30.pdf
PDF3353 KBAug 16, 2025
AI Summary
This government file details Amendment 0003 to Solicitation W911QY25RA018 for the Integrated Footwear System (IFS), changing the procurement from set-aside to full and open competition and extending the proposal due date to August 20, 2025. It outlines comprehensive proposal submission requirements across six volumes: W.L. Gore Certification, Technical, Quality, Past Performance, Cost/Price, and Solicitation/Offer/Award Documents/Certifications/Representations. Key updates include detailed instructions on proposal formatting, content, page limitations, and evaluation criteria, emphasizing mandatory certifications (W.L. Gore and ISO 9001), technical and manufacturing capabilities, past performance relevancy, and cost/price submission. The amendment also specifies contact information for submission and inquiries, ensuring offerors comply with all revised terms for consideration.
Attachment 0002 GFP Attachment_IFS.xlsx
Excel2177 KBAug 16, 2025
AI Summary
The provided document is an attachment detailing Government Furnished Property (GFP) for a Department of Defense (DoD) contract, specifically focusing on custodial procurement. It is structured to identify and manage items provided by the government to a contractor. The document outlines required fields for contract and item information, differentiating between non-serially managed, serially managed, and requisitioned items. Key details include item name, description, quantity, unit of measure, unit acquisition cost, and delivery information. For example, it lists "Gore Laminate" and "Seam Tape" with specific quantities, costs, and delivery events, noting they will be provided upon contract award. The attachment emphasizes the necessity of complete data for each item, particularly regarding manufacturing details and unique identifiers, highlighting its role in ensuring clear accountability and tracking of government assets in federal contracting processes.
Solicitation Amendment - W911QY25RA0180004 conformed.pdf
PDF4598 KBAug 16, 2025
AI Summary
The document is a federal Request for Proposal (RFP) for the procurement of an "Integrated Footwear System (IFS)," a sock/liner system designed to protect against chemical and biological hazards. The contract is an indefinite-delivery/indefinite-quantity (IDIQ) type with firm-fixed-price (FFP) arrangements, spanning a five-year ordering period with a minimum value of $150.00. The solicitation is a full and open competition, with proposals due by August 25, 2025. Key requirements include the delivery of IFS ensembles for various fiscal years, with estimated quantities ranging from 988 in the base year to 21,500 in FY29. The contractor is responsible for a First Article Test, preparing several reports (Safety Assessment, Health Hazard Assessment, Engineering Change Proposal), and developing plans for Quality Assurance, Production Surge, and Diminishing Manufacturing Sources and Material Shortages. All deliveries are F.O.B. Destination, with the contractor paying transportation costs. Payment requests and receiving reports must be submitted electronically via the Wide Area WorkFlow (WAWF) system. The RFP also includes standard FAR and DFARS clauses related to contract administration, small business programs, and unique item identification.
Solicitation Amendment W911QY25RA0180004 SF 30.pdf
PDF3267 KBAug 16, 2025
AI Summary
This government file details an amendment to solicitation W911QY25RA0180004, converting it to a full and open competition and extending the proposal submission deadline to August 25, 2025, at 10:00 AM Eastern Time. It outlines revised proposal submission requirements, including specific formatting, page limits for different volumes (W.L. Gore Certification, Technical, Quality, Past Performance, Cost/Price, and Solicitation/Offer/Award Documents), and electronic submission instructions. Key evaluation factors are W.L. Gore Certification (mandatory), Technical (Cut & Sew Manufacturing), Quality, Past Performance, and Cost/Price, with non-cost factors being more important. The document also details the government's potential use of AI in proposal evaluation, emphasizing that final decisions remain with government personnel.
Attachment 0001 JPMP-PD-IFS-01 - FINAL.pdf
PDF400 KBAug 16, 2025
AI Summary
This purchase description outlines the requirements for chemical-protective socks, known as the Joint Service Lightweight Integrated Suit Technology (JSLIST) Integrated Footwear System (IFS), for the Department of Defense. The document details material specifications, including a selectively permeable membrane from W.L. Gore, and specifies six sizes: XS, S, M, L, XL, and XXL. It covers design, manufacturing, and packaging standards, emphasizing protection against chemical agents. The IFS must undergo rigorous qualification, first article, and conformance inspections, including tests for chemical resistance, dimensional stability, breaking strength, seam strength, leakage, and water vapor permeability. Packaging requirements include individual vacuum-sealed barrier bags with specific markings and a safety warning. The document also provides guidelines for shipping, lot numbering, RFID, and palletization, ensuring the socks meet stringent safety and performance criteria for combat personnel.
Exhibit A - CDRLs.pdf
PDF1311 KBAug 16, 2025
AI Summary
The provided file is a technical note indicating that it is a PDF portfolio best viewed with Adobe Acrobat X or Adobe Reader X (or later versions). It suggests downloading the latest Adobe Reader for the optimal experience. This document is not a government RFP, federal grant, or state/local RFP itself, but rather a technical instruction for accessing a document that might be related to such government files. Its purpose is to guide users on how to properly open and view the content of a PDF portfolio, which could contain critical information pertinent to government solicitations or grant applications.
Solicitation - W911QY25RA018.pdf
PDF4690 KBAug 16, 2025
AI Summary
This government solicitation, W911QY25RA018, outlines the requirements for an Integrated Footwear System (IFS), a sock/liner system designed to protect against chemical and biological hazards. The contract is a "Rated Order" under the Defense Priorities and Allocations System (DPAS) and is a Request for Proposal (RFP). The solicitation details the supplies and services required, including a First Article Test and quantities of IFS ensembles for fiscal years 2026-2029. It specifies various Contract Data Requirements Lists (CDRLs) for safety assessments, quality assurance, production plans, and reporting. The document also includes information on packaging, marking, inspection, acceptance, and delivery, with the contractor responsible for transportation costs. Payment instructions emphasize the use of the Wide Area WorkFlow (WAWF) system. A significant number of FAR and DFARS clauses are incorporated by reference, covering diverse aspects such as small business subcontracting limitations, unique item identification, and critical safety items.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 24, 2025
amendedAmendment #1· Description UpdatedAug 4, 2025
amendedAmendment #2· Description UpdatedAug 8, 2025
amendedAmendment #3· Description UpdatedAug 14, 2025
amendedAmendment #4Aug 15, 2025
amendedLatest Amendment· Description UpdatedAug 15, 2025
deadlineResponse DeadlineAug 25, 2025
expiryArchive DateSep 9, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-APG NATICK

Point of Contact

Name
Elizabeth Nordell

Place of Performance

Natick, Massachusetts, UNITED STATES

Official Sources