Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOURCES SOUGHT

99 -- Fire Equipment Safety Personal Protective Equipment Chem Bio Boots

Notice Date
7/2/2025 10:59:14 AM
 
Notice Type
Sources Sought
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
 
ZIP Code
32403-5322
 
Solicitation Number
FA805126DChemBioBoots
 
Response Due
7/31/2025 11:00:00 AM
 
Archive Date
08/31/2025
 
Point of Contact
Matt Martinez, Phone: 8502836842, Randall Jones, Phone: 8502836375
 
E-Mail Address
matthew.martinez.37@us.af.mil, randall.jones.16@us.af.mil
(matthew.martinez.37@us.af.mil, randall.jones.16@us.af.mil)
 
Description
AFICC 772d ENTERPRISE SOURCING SQUADRON SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United States Air Force (USAF) has a requirement in support of Directorate of Headquarters Air Force Civil Engineer Center (HQ AFCEC) for the purchase of Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE) Structural-Proximity Pull-On-Boots. The intent is to award an Indefinite Delivery Indefinite Quantity contract to allow for the acquisition of commercial F&ES PPE Structural-Proximity Pull-On-Boots. Government Purchase Cards (GPC) transactions and/or delivery orders will fluctuate depending on the USAF�s needs. For the USAF to better understand the capabilities of the industry, please address the following questions: a. Can the contractor ensure all products and components used in the construction of firefighter Chem-Bio Boots have been tested, certified, and listed for compliance with NFPA 1971, 1992, UL, SEI, ITS/ETL, or other(s)? b. Can the contractor ensure the supply of Chem-Bio Boots are supplied through a single source manufacturer? c. Can the contractor ensure all products, fabrics, and materials provided are Berry Amendment Compliant manufactured according to applicable Trade Agreements IAW 10 United States Code 4862 IAW DFARS 225.7002-2? d. Is the contractor and/or firefighting boot manufacturer certified and registered to ISO Standard 9001, to assure a satisfactory level of quality? e. Can the contractor deliver all purchases within 90 business days for CONUS installations and 100 business days OCONUS shipments? f. Does the contractor have formal agreements with manufacturers to ensure a regular supply of materials for manufacturing? g. Does the contractor have an automated electronic platform for ordering? If, please provide details. h. Does the contractor have quality control procedures in place to minimize manufacturing defects? Provide details. i. Can the boots be interoperable with the Joint Firefighter Integrated Response Ensemble (JFIRE)? j. Can the contractor ensure the boots meet ASTM Standard F2588, Standard Test Method for Man-In-Simulant Test (MIST) for Protective Ensembles? k. Can the contractor ensure the boots meet Test Operations Procedure (TOP) 8-2-501, Permeation and Penetration Testing of Air- Permeable, Semipermeable, and Impermeable Materials with Chemical Agents or Simulants (Swatch Testing)? 3. The Government is performing market research primarily to locate firms with the capability to execute the requirements of this anticipated Sources Sought. Therefore, all business concerns are invited to provide a capability statement in response to this requirement. It is required for all contractors to be registered to do business with the Government in SAM before any award is made. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/SAM/pages/public/index.jsf. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs for this effort. 4. The Government strongly encourages any firms interested in such work to submit a capability statement that addresses, as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 316210, Footwear Manufacturing. The small business size standard for this NAICS is 1,000 employees. It is anticipated that the first order will not be until approximately the first quarter of Fiscal Year 2027. 5. Contractors who can provide this product should submit in writing an affirmative response, which includes as a minimum the following information: a. What is the name of your business, UEI and Cage Code? b. What is your business address? c. Provide a point of contact to include telephone number and email address. d. Provide a Web Page URL. e. Based on your professional experience in the private sector; would you consider this requirement to coincide with work typically provided in the commercial market? e. Provide an additional NAICS code with justification that you would recommend as being more applicable. f. Specify your business type (SBA certified Small Business, Small Disadvantaged Business, 8(a) Certified Small Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business) based upon NAICS 316210. Specify all that apply. g. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 h. Provide your assessment on whether subcontracting opportunities are available and what goals would be appropriate. Please include supporting rationale. i. Identify any projects completed in the past three (3) years for the same or similar items to help determine your firm�s capability in meeting the requirements for the items listed. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Please also provide subcontracting percentages and dollars for the projects identified. j. Is this product available on a GSA Schedule? If so, please provide the GSA Schedule number and special item number. If GSA is in the process of awarding a schedule for this service, please provide the GSA point of contact name and phone number. k. Are you able to provide a cataloged price list of your products? l. Briefly describe the capabilities of your company, its facilities, and the nature of the equipment, components, and services your company provides as it relates to the Statement of Work (SOW). Are there any commercial business practices that are unique to your industry? If so, please describe. m. Does your company commercially manufacture, design, or sell equipment that will meet the criteria stated in the SOW? Are there specific issues within the requirement that would preclude your company from providing a product (or products) that would satisfy our requirement? If so, please provide details. n. What is the level or extent of coverage in your company�s standard commercial warranty for the F&ES PPE specified in the SOW? o. Do you have any other comments or suggestions that you would like to share with us? 6. All responsible sources are encouraged to submit a capability statement in response to this announcement. All such responses will be considered by the agency. Responses shall be submitted electronically to the contracting team listed: Mr. Randall S. Jones at randall.jones.16@us.af.mil and Matthew Martinez at matthew.martinez.37@us.af.mil, 7. All responses shall be received NLT 1300 Central Time, 31 Jul 2025. Responses shall be no more than 15 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 15 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) may be considered, but limited to no more than 10 pages. 8. Questions concerning this announcement shall be submitted in writing via email to the Contracting team listed in paragraph 6, NLT 1000 Central Time 16 Jul 2025. List of Attachments/Exhibits Attachment 1: Statement of Work Note: This requirement will require CDRL submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4a4b6f14e3d4f64b7536a05948b55a4/view)
 
Place of Performance
Address: Panama City, FL 32404, USA
Zip Code: 32404
Country: USA
 
Record
SN07498111-F 20250704/250702230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.