Boot, Safety, General Purpose and Flight Deck, Men and Women, Black (I5 Boot)
ID: SPE1C1-24-R-0070Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORTPHILADELPHIA, PA, 19111-5096, USA

NAICS

Footwear Manufacturing (316210)

PSC

FOOTWEAR, MEN'S (8430)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for the procurement of Safety Boots, specifically the Black (I5 Boot), designed for both men and women. These boots must comply with stringent Navy certifications and specifications, including the use of full-grain leather and a rubber outsole resistant to oil and jet fuel, as outlined in the purchase description NU-PD 21001A. The boots are critical for ensuring the safety and performance of Navy personnel in various operational environments. Interested vendors should note that the solicitation (SPE1C1-24-R-0070) includes two lots, with specific requirements for small business participation, and must submit samples and documentation for evaluation. For further inquiries, potential offerors can contact Michael Curry at michael.curry@dla.mil or Kevin S. Peoples at kevin.peoples@dla.mil, with the submission deadlines and additional details specified in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation SPE1C1-24-R-0070 for the procurement of Safety Boots for men and women, specifically the Black (I5 Boot), compliant with specified Navy certifications. Offerors must be certified in PGC 04018 (Men) and PGC 04019 (Women) and must submit samples and associated documentation for evaluation. The solicitation has two lots: Lot 0001 is unrestricted with a HUBZone Small Business preference, representing 60% of the requirement, while Lot 0002 is 100% set aside for small businesses, accounting for the remaining 40%. Each lot's evaluation will focus on past performance and small business participation for Lot 0001. The guaranteed minimum quantities are specified, with Lot 0001 at 21,416 pairs and Lot 0002 at 14,278 pairs, and the annual estimated quantities reflect government demand forecasts. The document also stresses the importance of compliance with domestic sourcing regulations and outlines the certification process, including sample submissions and manufacturing standards. Overall, the solicitation seeks to secure high-quality footwear for military personnel while promoting small business involvement.
    The document details the Standard Operating Procedure (SOP) for the Navy Exchange Service Command (NEXCOM) Uniform Certification Program (UCP), effective from June 4, 2021. Its purpose is to outline the submission processes and certification criteria for vendors wishing to participate in the program, managed by the Navy Clothing and Textile Research Facility (NCTRF). The SOP specifies certification and recertification procedures for textile materials, uniforms, accessories, footwear, and insignia, establishing the requirements for submitting materials and evaluating their compliance with Navy standards. Vendors must provide various forms and documentation, including samples, laboratory reports, and quality manuals. Each category of items has distinct evaluation criteria, certification timelines, and documentation requirements, with a particular emphasis on maintaining standards through continual evaluation and updates every few years. The procedure ensures that all items meet Navy requirements, promoting quality assurance throughout the production process. This document serves as a crucial reference for vendors seeking to provide certified uniforms and textile products to the Navy, emphasizing compliance with established guidelines and the importance of submission timelines.
    The document constitutes a purchase description for general purpose and flight deck safety toe boots, specifically designed for Department of the Navy personnel. It outlines scope, classification, and specifications including material types, dimensions, and performance standards. The boots are classified into two color classes: Class 1 (Black) and Class 2 (Aviator Brown 3763), with specified sizing for both men and women. Key requirements include the use of full-grain, drum-dyed leather, a one-piece rubber outsole resistant to oil and jet fuel, and various testing protocols (e.g., for impact resistance and flame resistance) as per ASTM standards. The document specifies detailed inspections including first article inspections and conformance checks, ensuring adherence to outlined criteria for components and workmanship throughout the manufacturing process. Furthermore, it mandates environmentally preferable materials where applicable, and provides sources for materials and components. The document is structured into sections focusing on scope, applicable documents, requirements, verification processes, packaging details, and notes on intended use and acquisition. This comprehensive specification serves to guide suppliers in delivering boots that meet the rigorous safety and performance requirements set by the Navy.
    Lifecycle
    Similar Opportunities
    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.
    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.
    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 dust and moisture boots, specifically NSN 5340-01-631-7323. The solicitation includes two lines: the first for 10 units and the second for 51 units, both to be delivered to DLA Distribution San Diego within 127 days after order. These components are critical for maintaining the functionality and protection of various aircraft parts and auxiliary equipment. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    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 10,500 units of the NSN 5340-00-102-4364, specifically a dust and moisture boot. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The goods are essential for maintaining the operational integrity of military equipment, ensuring protection against environmental factors. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The deadline for delivery is set for 238 days after the award of the contract.
    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.
    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.
    25--SHOE,JACK-SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 158 units of the SHOE, JACK-SUPPORT (NSN 2590011841902). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and is set aside for small businesses under the SBA guidelines. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    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.
    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.