SOLICITATION NOTICE
84 -- Chem-Bio Structural Boots
- Notice Date
- 8/28/2025 7:31:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316210
— Footwear Manufacturing
- Contracting Office
- FA6656 910 AW LGC YNGSTN WRN ARPT VIENNA OH 44473-0910 USA
- ZIP Code
- 44473-0910
- Solicitation Number
- FA665625Q0017
- Response Due
- 9/12/2025 7:00:00 AM
- Archive Date
- 09/27/2025
- Point of Contact
- Ashley A Senich, Phone: 3306091523, Joshua D Indorf, Phone: 3306091389
- E-Mail Address
-
ashley.senich@us.af.mil, joshua.indorf.1@us.af.mil
(ashley.senich@us.af.mil, joshua.indorf.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for a commercial supply prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. The solicitation number is FA665625Q0017 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-04 (May 2025) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice (18 July 2025). This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 316210; the small business size standard is 1000 employees. Quotes will be evaluated for the lowest price, technically acceptable. The 910th AW has a requirement to procure the commercial product listed below. Quotes will be evaluated for the lowest price, technically acceptable. Quotes that do not meet the firm requirements listed in the description will not be accepted. This solicitation is posted as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. In absence of brand name listed in the solicitation, the salient physical, functional, or performance characteristics still must be met. This acquisition is for the purchase of the following: Brand name or Equal To: Pro Warrington 5050 Struximity Leather Proximity & Structural Boots Part Number: BT5050B Description: 5050B- Pro 14 All Leather Proximity Boot- Berry Chem-Fire boots must be new, in box, from a factory authorized purveyor with full factory warranty Bootie must contain an aluminized radiant shield, Kevlar thermal felt, a Crosstech� Moisture Barrier, & Cambrelle� liner fabric Steel toe, full steel bottom plate, and ladder shank Aluminized shield and a double layer of radiant protection 14? Leather Pull-on Structural and Proximity Boot Made in the U.S.A. Berry Act Compliant (Model 5050B) Certifications: NFPA 1971 - Structural FF NFPA 1992 - Liquid Splash CLIN 0001: One (1) Chem-Bio Boots Size 9 Medium CLIN 0002: Two (2) Chem-Bio Boots Size 9.5 Medium CLIN 0003: Four (4) Chem-Bio Boots Size 10 Medium CLIN 0004: Three (3) Chem-Bio Boots Size 10.5 Medium CLIN 0005: Three (3) Chem-Bio Boots Size 11 Medium CLIN 0006: Three (3) Chem-Bio Boots Size 11.5 Medium CLIN 0007: Four (4) Chem-Bio Boots Size 12 Medium CLIN 0008: Two (2) Chem-Bio Boots Size 12.5 Medium CLIN 0009: Two (2) Chem-Bio Boots Size 13 Medium CLIN 0010: One (1) Chem-Bio Boots Size 9.5 Wide CLIN 0011: One (1) Chem-Bio Boots Size 10 Wide CLIN 0012: One (1) Chem-Bio Boots Size 10.5 Wide CLIN 0013 � Shipping to 44473 The government�s intent is to award a single contract between the Government and the Contractor, in accordance with FAR 52.212-2. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. List of Applicable Provisions: 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7000 Buy American--Balance of Payments Program Certificate. 252.225-7020 Trade Agreements Certificate�Basic 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. 52.201-1 Acquisition 360: Voluntary Survey 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 52.204-7 System for Award Management. 52.204-8 Annual Representations and Certifications. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. 52.212-2 Evaluation-Commercial Products and Commercial Services. 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services 52.219-1 Small Business Program Representations 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran� Representation and Certifications. 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/. Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (i) technical capability of Item to meet the government requirement in accordance with the above CLINs. (ii) Price. List of Applicable Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award. 52.204-13 System for Award Management Maintenance. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-27 Prohibition on a ByteDance Covered Application 52.204-30 Federal Acquisition Supply Chain Security Act Orders�Prohibition. 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003 and 2025-O0004) 52.219-14 Limitations on Subcontracting. (DEVIATION 2021-O0008) 52.222-3 Convict Labor. 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (E.O.13126) 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities. 52.222-50 Combating Trafficking in Persons. 52.223-5 Pollution Prevention and Right-to-Know Information. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases. 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-1 Disputes. 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.246-16 Responsibility for Supplies. 52.247-16 Contractor Responsibility for Returning Undelivered Freight. 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 52.252-2 Clauses Incorporated by Reference. This solicitation incorporates one or more solicitation clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed clauses may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those clauses, the offeror may identify the clause by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control of Government Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.211-7003 Item Unique Identification and Valuation. 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7012 Preference for Certain Domestic Commodities. 252.225-7048 Export-Controlled Items 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies on Contract Payments. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 252.243-7001 Pricing of Contract Modifications. 252.247-7023 Transportation of Supplies by Sea. 5352.201-9101 Ombudsman. 5352.223-9001 Health and Safety on Government Installations. Offerors shall verify company information is accurate and current in the System for Award Management (SAM). Offerors must be registered and active in SAM when quote is received by the Contracting Office. The CAGE code entered must be for that name and address provided by the Contractor. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's Unique Entity ID, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response that, if received by the closing date listed below, shall be considered by the 910th CONF/PK. All quotes must state at a minimum list the unit price, discount/payment terms, delivery time after receipt of award, expiration date of quote and FOB terms (if applicable). Offerors are responsible for ensuring their quote has been received and is legible. Brand Name or Equal: The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field for the bid to be considered. The Buyer will evaluate 'equal' items based on information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. PLEASE SUBMIT BROCHURES FOR EACH ITEM LISTED ABOVE. If brochures are not submitted, the quote will be deemed technically unacceptable. Quotes should be submitted on Attachment01 Quote Sheet. Quotes must be received by the 910th Contracting Office no later than 10:00 a.m. Eastern Standard Time (EST) on September 12, 2025. Please submit quote via email to ashley.senich@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f031fc8fb055455093c337a5e36b69bb/view)
- Place of Performance
- Address: Vienna, OH 44473, USA
- Zip Code: 44473
- Country: USA
- Zip Code: 44473
- Record
- SN07572000-F 20250830/250828230056 (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 |