USAFA Polo Shirts
ID: FA700025Q0138Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines contract administration data, primarily focusing on Department of Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses. Key provisions include instructions for electronic payment requests and receiving reports via the Wide Area WorkFlow (WAWF) system, detailing access, training, submission methods, and routing information. It specifies document types for various payment scenarios (cost vouchers, invoices, progress payments) and lists required routing data. Additionally, the document incorporates numerous FAR and DFARS clauses by reference and full text, covering areas such as electronic submission, contract terms, small business utilization, anti-trafficking measures, environmental compliance, and restrictions on foreign products and services. Notable full-text clauses include First Article Approval—Government Testing, Time of Delivery, Ordering, Order Limitations, Requirements, Option to Extend, Limitations on Subcontracting, and Item Unique Identification and Valuation, all crucial for contract performance and compliance.
    This document outlines the United States Air Force Academy's (USAFA) Purchase Description 1808 for men's and women's cadet informal uniform polo shirts. It details requirements for materials, including 100% polyester fabric with moisture management capabilities in royal blue and white, and specific colorfastness and absorbency standards. The document specifies design features, finished measurements for various sizes (XS-XXXL), and labeling requirements, including a Code 39 bar code. It also covers contractor responsibilities for first article submission, workmanship, certification, and a comprehensive inspection process with defined acceptable quality levels (AQLs) and defect categorization. The polo shirts must feature an embroidered USAFA logo on the left breast and specific collar striping.
    This government file outlines crucial clauses and instructions for federal contracts, focusing on electronic payment processing via Wide Area WorkFlow (WAWF) and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key components include detailed WAWF payment instructions, specific document types for different payment requests, and routing data. The document also incorporates numerous FAR and DFARS clauses by reference and full text, covering areas like contractor ethics, cybersecurity, small business utilization, labor standards, and supply chain security. It details requirements for Item Unique Identification and Valuation (IUID), the role of an ombudsman for conflict resolution, and prohibitions on ozone-depleting substances. The contract duration spans a base period and four option years, with defined order limitations. Overall, the file emphasizes compliance with federal regulations, electronic processes, and specific requirements for transparency and accountability in government contracting.
    The solicitation FA700025Q0138 outlines a firm-fixed-price contract for the procurement of polo shirts for the USAFA FY26 Cadet Issue. It includes requirements for both men's and women's polo shirts, identified under CLINs 0001 and 0002, with estimated quantities to be fulfilled via delivery orders as per Clause 52.216-18. The solicitation also mandates first article samples for both men's (CLIN 0003) and women's (CLIN 0004) polo shirts, subject to FAR Clause 52.209-4 for government testing. The contract includes four option periods (CLINs 1001-1002, 2001-2002, 3001-3002, 4001-4002) for additional polo shirt orders, also under a firm-fixed-price arrangement. All items refer to General Specification Number PD 1808-181113-Polo CIU_5-15-2024 and Product Service Code 8405. The document also includes sections for vendor contact information, NAICS, business size, and employee count.
    The document contains a sample barcode for an item, identified by its stock number 8405L9066277000. It emphasizes that this is a sample only and should not be used for actual purposes. The item includes details such as its name and size.
    The document, FA700025Q0138, is a Certificate of Compliance to the Berry Amendment, outlining restrictions on the procurement of food, clothing, fabrics, hand or measuring tools, and flags for defense acquisitions. It emphasizes that the Berry Amendment applies to both end items and their components, including subcontracted components like buttons, zippers, and thread. Offerors must provide detailed information on all suppliers and manufacturers of cloth/textile components, including their addresses, for items such as self-fabric trim, thread, gusset fabric, and buttons for USAFA Cadet Informal Uniform Polo Shirts. Failure to provide this information or any unauthorized changes to suppliers/manufacturers may lead to the rejection of the offer. Additionally, the document requires offerors to specify their place of performance if different from their primary address, including the owner and operator's details if applicable. This ensures adherence to domestic sourcing requirements and maintains supply chain transparency.
    The document details a procurement list for men's and women's polo shirts, categorized by stock number, item description, ICN, and quantity. For men's polo shirts, a total of 1550 units are listed across various sizes from small to XX-large. For women's polo shirts, a total of 650 units are listed, ranging from extra-small to medium. This file is likely part of a federal government Request for Proposal (RFP) or a similar procurement document, outlining the specific quantities and types of apparel needed.
    This document addresses vendor questions regarding a Request for Proposal (RFP) for Cadet Polo Shirts, focusing on product specifications, compliance, and logistical requirements. Key points include the mandatory Berry Amendment compliance, requiring all manufacturing, materials, and components to be U.S.-sourced. While the previously referenced UltraClub 8406 and 8406L shirts are discontinued, alternate Berry-compliant polo shirts meeting or exceeding the Purchase Description PD 1808 requirements are acceptable. The government anticipates ordering 1,550 men's and 650 women's shirts annually, with potential smaller backorders. First article samples are due 30 days after award, with the remaining order due 60 days after sample approval. Waivers for first article samples are only granted to vendors who have previously delivered the same requirement to USAFA within the last three years. The contractor is responsible for providing bar code labels, with USAFA supplying the stock numbers and NSNs. The government has provided an example of typical order sizes and quantities in Amendment 2_ Attachment 07. The estimated award date is December 22, 2025.
    The Request for Quote FA700025Q0138 is a solicitation from the 10th Contracting Squadron at the United States Air Force Academy (USAFA) for the manufacture and delivery of cadet polo shirts for FY26. This is a 100% small business set-aside, seeking a single firm-fixed-price requirements contract with a base year and four option years. Quotes, due by December 2, 2025, at 10:00 A.M. Mountain Daylight Time, must adhere to FAR Parts 12 and 13, include pricing, technical capability, and Berry Amendment compliance, and be submitted via email. The evaluation prioritizes price, past performance, and technical capability, with a firm-fixed-price contract awarded on an “all or none” basis. Delivery is F.O.B. Destination to USAFA, CO, with specific packaging, marking, and delivery hour requirements. First article testing may be waived for quoters who have supplied compliant polo shirts to USAFA within the past three years.
    Lifecycle
    Title
    Type
    USAFA Polo Shirts
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    USAFA CADET ATHLETIC JACKETS MNS AND WMNS
    Buyer not available
    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.
    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.
    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.
    83--CLOTH,PARACHUTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 65,000 yards of parachute cloth, identified by NSN 8305011159168. This solicitation is part of a total small business set-aside and aims to fulfill military requirements for textile materials used in parachute manufacturing. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to Arizona Industries for the Blind is set for 155 days after the award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    Cable, Header, Assembly
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotations for the procurement of 2,000 units of Cable, Header Assembly, identified by NSN 8340-01-477-9657. This opportunity is set aside for small businesses, with a requirement for the submission of a First Article within 75 days post-award, and the delivery destination specified as VSTJ, Pendergrass, GA. The procurement is governed by the Berry Amendment, which mandates that clothing and textile items must be produced in the United States, and HUBZone Evaluation Preference will be applied in the selection process. Interested vendors can obtain the RFQ document by contacting Shamara Smith at Shamara.Smith@dla.mil, with oral quotations due by 3 PM ET on December 10, 2025.
    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.
    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.
    MC & NWU APECS Trousers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Marine Corps and Navy Working Uniform All-Purpose Environmental Clothing System (APECS) trousers. This solicitation, designated SPE1C1-25-R-0103, includes specific requirements for three types of trousers: Woodland Camouflage Class 1 for the Marine Corps, and Desert and Woodland Camouflage for the Navy, with strict adherence to military specifications and quality assurance standards. The trousers are critical for military personnel, providing essential environmental protection and operational functionality. Interested HUBZone small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 22, 2025, at 3:00 PM EST, including Product Demonstration Models and compliance with various federal regulations. For further inquiries, contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL.
    Sources Sought: U.S. Flags and Presentation Boxes
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command – Fort Sam Houston (MICC-FSH), is seeking sources for the procurement of U.S. flags and presentation boxes as part of the Army Retiring Soldier Commendation Program (ARSCP). The requirement includes the supply of 3’ x 5’ nylon U.S. flags with sewn stars and presentation boxes measuring approximately 10” x 12”, which must be assembled and shipped quarterly to over 59 Army installations, along with a tracking system and delivery reports. This procurement is critical for honoring retiring soldiers and ensuring compliance with the Berry Amendment, which mandates that the flags be 100% “Made in the USA.” Interested vendors must submit a capabilities statement by 10:00 AM CST on December 15, 2025, to the primary contacts, Annalyssa Navarro-Schwener and Jacquelyn Morgan, via the provided email addresses, including documentation of Berry Amendment compliance and relevant past performance examples.