USAFA CADET PARKAS MNS AND WMNS
ID: FA700026Q0004Type: Special Notice
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, specifically the U.S. Air Force Academy (USAFA), is seeking qualified small businesses to provide men's and women's parkas under a combined synopsis/solicitation (RFQ FA700026Q0004). The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the delivery of 400 women's parkas and 800 men's parkas annually, adhering to strict specifications and quality standards outlined in the provided documentation. These parkas are integral to the Dress Uniform for USAFA cadets, emphasizing the importance of compliance with military standards and the Berry Amendment for domestic sourcing. Interested vendors must submit firm-fixed price quotes by December 16, 2025, at 10:00 AM MST, and can reach out to primary contact Ronald Wilson at ronald.wilson.26@us.af.mil or secondary contact Wanda Farr at wanda.farr@us.af.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force Academy (USAFA) Specification USAFA CU 325, dated August 14, 2020, details the requirements for men's and women's cadet parkas. This document outlines material specifications, design elements, and manufacturing operations, including precise measurements for different sizes and lengths. Key components include moth-proofed wool fabric, polyester cuffs, brass slide fasteners, and embroidered USAFA patches. The specification also covers labeling, thread types, and construction methods, emphasizing quality control through first article and end-item inspections, with specific acceptable quality levels for various defects. The parkas are intended as a component of the Dress Uniform for USAFA cadets. The document serves as a comprehensive guide for contractors to ensure uniformity and adherence to military standards.
    This government file outlines contract administration, emphasizing payment instructions via Wide Area WorkFlow (WAWF) and incorporating various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key clauses cover electronic payment submissions, unique item identification, and limitations on subcontracting, particularly for small businesses. The document details specific WAWF submission procedures, required document types (e.g., cost vouchers, invoices), and routing data. It also includes clauses on ethical conduct, whistleblower protections, cybersecurity, and restrictions on certain foreign procurements and telecommunications equipment. The file specifies delivery schedules for various items and outlines procedures for first article approval and government testing. An ombudsman is designated for acquisition concerns, and contractors must comply with environmental regulations regarding ozone-depleting substances. The overarching purpose is to ensure compliance, proper payment processing, and accountability within government contracts.
    This government solicitation outlines requirements for offerors regarding the identification of sources for cloth/textile components and the place of performance. Offerors must provide names and addresses of suppliers and manufacturers for all cloth/textile components, along with their manufacturing facilities. Any changes to these details after offer submission require written approval from the contracting officer. Strict adherence to the Berry Amendment, which mandates domestic sourcing for textiles and components (including items like buttons, zippers, and thread), is compulsory; non-compliance may lead to disqualification. Additionally, offerors must indicate whether they intend to use plants or facilities different from their primary address for contract performance, providing detailed location and ownership information if applicable.
    The provided file is empty. Therefore, I cannot identify any main topic, key ideas, or supporting details. Please provide a file with content to summarize.
    The document outlines a government solicitation for USAFA Cadet Parkas, detailing requirements for both women's and men's parkas across multiple contract line item numbers (CLINs). The procurement specifies a fixed-firm-price (FFP) contract type and references Specification 325-200814-PKA-COMBINED for the parkas and their components. A total of 400 women's parkas and 800 men's parkas are requested for each of the five potential ordering periods (CLINs 0001-0002, 1001-1002, 2001-2002, 3001-3002, and 4001-4002). The document also includes sections for bidders to provide their company name, address, Cage Code, and Unique Entity ID (UEI), indicating it is part of a request for proposal or quotation process.
    This document is a combined synopsis/solicitation (RFQ FA700026Q0004) for commercial items, specifically for the purchase and delivery of men's and women's parkas for the U.S. Air Force Academy. The acquisition is a small business set-aside, aiming to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Quotes are requested for quantities of 400 women's parkas and 800 men's parkas per year. Key requirements include adherence to Berry Amendment, F.O.B. Destination delivery to USAFA, CO, and specific timelines for first article delivery (45 days ARO) and subsequent deliveries (150 days after first article approval). Quotes must be firm-fixed price, valid for 60 days, and submitted via email by December 16, 2025, 10:00 AM MST. Vendors must be registered in SAM.gov under NAICS 315250, and quotes must include descriptive literature, past performance information, and completed contract documentation (FAR 52.212-3 and DFARS 225.7002). The government intends to award a single purchase order without discussions, based on best value considering price, delivery, and technical factors.
    The U.S. Air Force Academy (USAFA) intends to award a sole-source Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to SAWASAWA, LLC for men's and women's parkas. This non-competitive award, justified under FAR 13.106-1(b)(1) due to only one responsible source, is for 800 men's and 400 women's parkas per year for a base year and four option years. SAWASAWA, LLC, an incumbent and economically disadvantaged woman-owned small business, is deemed the only source capable of meeting the expedited delivery schedule caused by a government shutdown. Market research found no other vendors for this specific product. The contract is anticipated to be awarded by December 9, 2025, subject to funding. This notice is for informational purposes; no solicitation will be posted. Interested parties must submit capability statements by November 28, 2025, demonstrating how competition would benefit the Government.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Special Notice
    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.
    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.
    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.
    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.
    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.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    42--012434201
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of NSN 4240012434201, specifically for 250 units of a specified item. This solicitation is set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing. The goods are critical for fire, rescue, and safety operations, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be accessible through the DLA's website, with a delivery deadline set for 43 days after award.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.