US Air Force Academy LGRC Running Jackets
ID: FA700024Q0110Type: 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

CLOTHING, SPECIAL PURPOSE (8415)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force Academy (USAFA), is seeking proposals from qualified Small Disadvantaged Businesses for the procurement of 1,330 unisex running jackets for fiscal year 2024. The jackets, which are essential for equipping cadets with appropriate physical training attire, must meet specific design and material specifications outlined in the solicitation documents, including compliance with the Buy American statute. Interested vendors are required to submit their quotes electronically by September 18, 2024, and will be evaluated based on price, past performance, and responsiveness to the solicitation requirements. For further inquiries, potential bidders can contact Danielle Hyde at danielle.hyde.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Purchase Description for the Improved Physical Training Uniform (IPTU) jacket, approved for use by the U.S. Air Force and other Department of Defense agencies. It details the specifications including types, sizes, and materials required for the jacket, ensuring conformity to relevant government standards and industry specifications. The jacket design features a front zip, raglan sleeves, multiple pockets, and reflective trim for visibility. Key requirements include a basic fabric of 100% polyester with enhanced properties for water, oil, and soil resistance, moisture management, and durability, as well as a lining with antimicrobial properties. It emphasizes the importance of using environmentally preferable materials whenever possible. The document also specifies inspection protocols, including first article inspections and conformance checks, to ensure that manufactured items meet exacting standards regarding fabric construction, seam appearance, and overall quality. The content signifies a government effort to standardize and enhance the quality of uniforms while considering sustainability and lifecycle costs in procurement practices.
    The USAFA Letter of Exception details specifications for manufacturing the Improved Physical Training Uniform jacket for United States Air Force Academy cadets. The document outlines critical revisions, including material composition, design elements, logo placement, and labeling requirements. The jacket must be constructed of 100% polyester in Air Force blue shade 1651, featuring specific structural details such as raglan sleeves, lined pockets, and reflective piping. Logo specifications include embroidery on the front and a heat transfer on the back, both adhering to strict size, positioning, and material standards. Additionally, the document provides instructions for garment labeling, including identification and care information, alongside barcode requirements for individual packaging. It emphasizes adherence to government standards in pattern design and alterations while ensuring compliance with safety protocols for reflective materials. The letter serves to standardize procurement processes for the uniform, streamline contract execution, and facilitate feedback for document improvement, emphasizing quality, safety, and uniformity for cadet attire.
    The document details a federal procurement request for unisex running jackets, classified under various sizes and corresponding National Stock Numbers (NSN). Specifically, it identifies multiple jacket nomenclatures including sizes ranging from small (XSM) to 3XL (3XLG), with specified quantities for each size such as 400 for large (LG) and medium (MD), and a total of 1,330 units requested. The structure outlines an inventory of items required for fiscal year 2024 under the "Jacket, Running, Unisex" classification. This RFP serves to procure necessary apparel that may be utilized for government personnel, reinforcing the federal role in equipping staff with appropriate uniform attire, contributing to operational efficiency. The document's clear presentation facilitates fulfillment by eligible vendors bidding on the requisition, aligning with federal regulations and standards in procurement processes.
    The government file outlines the contract administration requirements and clauses relevant to the procurement process, primarily focusing on the Defense Federal Acquisition Regulation Supplement (DFARS) regarding electronic payment submissions. It includes detailed instructions for contractors on utilizing the Wide Area Workflow (WAWF) system for electronic payment requests and receiving reports. Key clauses incorporated by reference cover various compliance and operational regulations, such as the mandatory use of unique item identification for delivered goods and adherence to environmental policies regarding ozone-depleting substances. Specific reporting requirements for delivered items, as well as the process for submitting payment requests through WAWF, are highlighted to ensure compliance with DoD regulations. The document is structured to provide a clear understanding of contractual obligations and the necessary procedures to follow, maintaining an emphasis on electronic processing and environmental responsibility. Overall, it serves to guide contractors in fulfilling their contractual commitments while adhering to federal regulations and standards.
    The document outlines the Buy American—Balance of Payments Program Certificate, which is mandated for government solicitations under the Defense Federal Acquisition Regulation Supplement. It defines key terms, such as "domestic end product" and "qualifying country," and details the evaluation process for bids, particularly regarding the domestic content of end products. The certification components require offerors to verify their products' origins, stating whether they qualify as domestic or foreign, and to specify any critical components. The document emphasizes compliance with Buy American statutes, allowing evaluation of qualifying country products without restrictions. Overall, it serves as a guideline for federal contracts, ensuring suppliers adhere to domestic production requirements and provide transparent information regarding their products' country of origin and content percentages, thereby promoting informed decision-making in federal procurements.
    The document is a Request for Quote (RFQ) issued by the United States Air Force Academy (USAFA) for the procurement of 1,330 unisex running jackets and a first article sample. This solicitation, identified as FA700024Q0110, follows the Federal Acquisition Regulation (FAR) guidelines and is specifically set aside for Small Disadvantaged Businesses. Key specifications and product service codes are provided, alongside a delivery requirement to the USAFA in Colorado Springs, CO. Quoters must submit their bids by September 18, 2024, and are required to provide detailed pricing, past performance references, and necessary documentation, including compliance with the Buy American Statute. The Government intends to evaluate bids based on price and past performance to determine the best value, with awards made on an "all or none" basis. Additionally, the solicitation includes several conditions regarding submissions, including the prohibition on late quotes and the requirement for bidders to be registered in the System for Award Management (SAM). The emphasis on domestic sourcing is significant, and the Government reserves the right to cancel the RFQ at any time, underscoring that no quotes are binding until an award is made. Overall, this RFQ reflects the USAFA's commitment to ensuring a competitive, fair process aligned with federal procurement standards.
    The document outlines a Request for Quote (RFQ) FA700024Q0110 for the procurement of running jackets for the United States Air Force Academy (USAFA) cadets, specifically for FY24. This RFQ adheres to the Federal Acquisition Regulations (FAR) and is exclusively open to certified small disadvantaged businesses. The main deliverables include 1,330 jackets as detailed in specific attachments, with an additional first article sample. Quotes must be submitted electronically by September 18, 2024, and will be evaluated based on price and past performance, with an emphasis on responsiveness to RFQ requirements. The Government retains the right to cancel the RFQ at any stage, and all quotes must comply with domestic production preferences as stated under the Buy American statute. The evaluation process prioritizes responsiveness and price competitiveness but also considers the quality and relevance of past performance, assessing vendors’ capabilities based on recent contracts with similar scopes. The goal is to award a firm-fixed price contract, with a preference for the proposal that represents the best value to the Government while maintaining compliance with established regulations and guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Maxwell AFB - AFJROTC Uniform Items BPA
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking proposals for the establishment of multiple Blanket Purchase Agreements (BPAs) to supply uniform items for the Air Force Junior Reserve Officer Training Corps (AFJROTC). The procurement aims to consolidate the supply of over 89 mandatory uniform items for approximately 125,000 cadets across 870+ locations, ensuring timely delivery of essential educational materials and uniforms. This initiative is crucial for maintaining uniformity and recognition within the AFJROTC program, which plays a significant role in character development and community service among cadets. Interested small businesses must submit their proposals by September 23, 2024, with a maximum spend of $250,000 for contracting officers and $25,000 for representatives per call, and the ordering period will extend from September 30, 2024, to September 29, 2029. For further inquiries, contact Nathan A. Kercher at nathan.kercher.1@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    Personal Promotional Item - Hooded Sweatshirts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of hooded sweatshirts under Solicitation No. W9124D24R0097. The sweatshirts must be USA-made, constructed from an 8oz heavy fabric blend of 50% USA-grown cotton and 50% polyester, featuring a double-lined hood, color-matching drawstring, and double needle stitching for durability. This procurement is significant as it supports the uniform needs of the ROTC, U.S. Army, and Army Reserves, while ensuring compliance with the Berry Amendment, which mandates the use of domestically sourced materials and labor. Interested contractors must submit their proposals by 1 PM on September 22, 2024, and can direct inquiries to Madison Dercqu at madison.d.dercqu.civ@army.mil or Heather Green-Trueblood at heather.l.green-trueblood@army.mil.
    MFT 24-150 Oya FemTech, Name Brand or Equal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Oya FemTech apparel, aimed at providing specialized protective gear for female Airmen at Travis Air Force Base. The initiative addresses health concerns related to rigorous exercise and extreme temperatures, with a focus on reducing the high prevalence of vaginal infections among military women by supplying items such as cooling bras, leggings, and fire retardant briefs that meet specific health and safety standards. Interested vendors, particularly those certified as Women-Owned Small Businesses, must submit their quotes by September 18, 2024, with delivery expected within 30 days post-award. For further inquiries, potential offerors can contact Olivia Christiansen or Marcus Thomas via their respective emails.
    Recruiting and Retention Advertisement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Army National Guard, is seeking quotes for marketing apparel aimed at enhancing recruitment and retention efforts. The procurement includes a variety of clothing items such as backpacks, t-shirts, shorts, and hoodies, all designed with the Texas Army National Guard branding and tailored for functionality and comfort during physical training. This initiative is part of the Recruitment Sustainment Program, emphasizing the importance of quality and brand consistency in the apparel provided to recruits. Interested vendors, particularly small businesses, must submit their quotes by September 23, 2024, at 2:00 PM, and can direct inquiries to Linda S. Janak or Natalie Rodriguez via the provided email addresses.
    Free-Standing Aircrew Flight Equipment Lockers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of 165 free-standing Aircrew Flight Equipment lockers through Request for Quotation (RFQ) FA301624Q0191. These lockers are designed to securely store Personal Aircrew Flight Equipment and must meet specific dimensions and construction requirements, including a dedicated upper compartment for flight helmets and additional compartments for flight equipment and personal items. This procurement is crucial for enhancing operational readiness by ensuring aircrew members have adequate facilities for their essential equipment. Interested vendors must submit their quotes by September 20, 2024, at 2:00 PM CT, to the primary contact, Vivian Fisher, via email at vivian.fisher@us.af.mil, with a copy to Barbara A. Jewett at barbara.jewett.1@us.af.mil.
    Snowboard and Ski Equipment, Travis AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking proposals for the procurement of ski and snowboard equipment to support its outdoor recreation program. The requirement includes brand-name equipment from HEAD, encompassing various models of skis, ski boots, ski poles, snowboard gear, and safety helmets, aimed at enhancing the safety and performance of Airmen and Guardians during recreational activities. This initiative is critical for promoting team-building and resilience among personnel, as the current inventory is outdated and poses safety risks. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM PST, with an estimated contract value of $87,165.60. For further inquiries, potential bidders can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil.
    Universal Helmet Bag
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking manufacturers for the Universal Helmet Bag, which must be produced according to specific design specifications. This procurement involves a Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity contract with five tiered ordering periods, each lasting 12 months, and a guaranteed minimum quantity of 1,000 units, with an annual estimated quantity of 14,000 units. The solicitation, expected to be released on September 26, 2024, will be evaluated based on technical merit and past performance, with a focus on product demonstration models and socioeconomic program support. Interested parties can contact Mara Cremen at mara.cremen@dla.mil or by phone at 215-737-8094 for further details.
    Female Drill Instructor Hats
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the manufacture and delivery of female drill instructor hats, specifically the Hat, Drill Instructor, AG 489 Female (PGC 02206). The procurement requires that the hats be produced in accordance with the A-A-50072B – 19 SEP 2022 specifications, utilizing 100% domestic materials, with an estimated delivery order quantity of 2,880 units across three monthly shipments starting 120 days post-award. This initiative is crucial for ensuring uniformity and compliance with military standards for female personnel, emphasizing quality control and adherence to environmental considerations. Interested manufacturers should contact Megan Wherrity at megan.wherrity@dla.mil or call 215-737-5603 for further details, as the solicitation will be posted on Dibbs and beta.sam.gov.
    USAFA Request for Quote: Event Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking qualified small businesses to provide Event Support Services for various athletic and special events. The procurement aims to engage a Service Provider (SP) responsible for managing logistics, access control, patron screening, and post-event evaluations for approximately 27 intercollegiate sports programs and other significant occasions, including graduation ceremonies. This initiative is crucial for maintaining high standards of event management and ensuring the safety and satisfaction of attendees at USAFA events. Interested vendors must submit their quotes by September 27, 2024, and are encouraged to direct any inquiries to Melinda Lingley at melinda.lingley@us.af.mil or Kenneth Helgeson at kenneth.helgeson.3@us.af.mil, with a site visit scheduled for September 5, 2024.
    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.