Air Force Hot Weather Safety Boot
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Troop Support has issued a Pre-Solicitation Notice for Air Force Hot Weather Safety Steel Toe Boots for both men and women. This requirement is a 100% Total Small Business Set-Aside and anticipates a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a three-year base term. Award will be based on a best value tradeoff, considering a Product Demonstration Model and Past Performance Confidence Assessment. The solicitation will be posted on DLA DIBBS.
Scope of Work
This opportunity seeks the procurement of Air Force Hot Weather Safety Steel Toe Boots (PGC 03946 for men, PGC 03947 for women) in Coyote color. Key technical requirements include:
- Design: Blucher style with speed lace closure, mildew-resistant, water-repellent nylon quarters, Vibram outsole, and polyurethane midsole.
- Materials: Vamp lining fabric and removable cushion insole fabric must be domestically produced and meet specific abrasion and bursting strength requirements (Table I). Compliance with Berry Amendment restrictions on foreign content is mandatory.
- Safety Standards: Boots must meet ASTM F2412-05 and ASTM F2413-11 for protective toe caps, impact, compression, and electrical hazard (EH) resistance.
- Sizing: Available in unisex sizes 4-15 (whole) and 16 (whole only), with widths N(B), R(D), W(EE), XW(EEE). Women's sizes 4-9 (whole and half) and 10 (whole only) with widths N(B), R(D), W(EE).
- Marking: Requires bar code labels (NSN and UPC) and RFID inlays on hang tags.
- Quality Assurance: Detailed provisions for inspection, including sampling plans for end-item testing, component testing, and visual inspection, with specific defect classifications.
- Known Complying Items: Belleville Style Number AFSTC (Men’s) and FAFSTC (Women’s) are listed.
Contract Details
- Contract Type: Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ)
- Duration: Three-year base term with tiered pricing for each year.
- Award Structure: One award will be made for the total quantities.
- Estimated Quantities: Guaranteed Minimum: 10,152 pairs; Annual Estimated: 119,520 pairs; Maximum: 149,400 pairs.
- Delivery: FOB destination to Pendergrass Distribution Center, 596 Bonnie Valentine Way – DOOR 28, Pendergrass, GA 30567.
- Lead Times: Production lead time for tariff sizes is 120 days. Special measurement boots have a 21-day lead time for recruits and 60 days for non-recruits.
- Packaging: Unit packaged in a one-piece setup box, with six pairs per fiberboard shipping container. Palletized loads must contain only one NSN and UPC where possible.
Set-Aside & Eligibility
This requirement is a 100% Total Small Business Set-Aside. Offerors must comply with Berry Amendment restrictions, requiring clothing and textile items to be grown, reprocessed, reused, melted, or produced in the United States, its possessions, or Puerto Rico, unless specific DFARS exceptions apply.
Evaluation
Award will be based on a best value tradeoff source selection with two primary evaluation factors:
- Product Demonstration Model
- Past Performance Confidence Assessment
Response Information
This is a pre-solicitation notice. The formal solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. Interested offerors should register to receive notifications.
- Contracting Office: DLA Troop Support - Clothing & Textiles, Philadelphia, PA.
- Points of Contact: Ronald Ball, Contract Specialist (Ronald.ball@dla.mil, 445-737-5823); Clifford Lawson, Contracting Officer (Clifford.lawson@dla.mil, 445-737-8084).