Boot, Firemen, Type II (Knee)

SOL #: SPE1C125RX014Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Philadelphia, PA

NAICS

Footwear Manufacturing (316210)

PSC

Footwear, Men's (8430)

Set Aside

No set aside specified

Timeline

1
Posted
Jul 31, 2025
2
Last Updated
Oct 3, 2025

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

THIS REQUIREMENT HAS BEEN CANCELLED. This presolicitation, notice identifier 7cea63295d7c4ecd8a6e996eacb0e13c, was for Boot, Firemen, Type II (Knee) (Lead NSN: 8430-00-753-5935) by the Defense Logistics Agency (DLA) Troop Support. The intended solicitation SPE1C125RX014 has been cancelled.

Intended Scope of Work

The requirement was for Firemen's Boots, Type II (Knee), to be manufactured in accordance with Commercial Item Description A-A-50371B. A Domestic Non-Availability Determination (DNAD) had been approved, allowing for specific non-domestic commercial part/style numbers (Honeywell Ranger 1500, Thorogood Hellfire #807-6000, Black Diamond #9451) that meet CID A-A-50371B. The CID details requirements for Type I and Type II boots, including material specifications for upper compounds, sole/heel compounds, linings (para-aramid/aramid blend), steel box toe, buckle, shanks, shin reinforcement, leakage tests, safety box toe, construction, height measurements, and marking/labeling.

Intended Contract Details

  • Solicitation: SPE1C125RX014 (Cancelled)
  • Type: Simplified Indefinite Delivery Contract (SIDC), one award anticipated.
  • Term: One-year base term with fixed pricing.
  • Set-Aside: Intended as Unrestricted, with a 10% price evaluation preference for HUBZone Small Business Concerns (FAR 52.219-4).
  • Quantities: Minimum Quantity: 3,230 pairs (to fill DLA backorders); Annual Estimated Quantity (AEQ): 3,890 pairs.
  • Maximum Dollar Value: $7,500,000.00.
  • Ordering Period: 12 months (1 year).
  • Delivery Destination: VSTN, Peckham Vocational Industries Inc, Lansing, MI 48906.
  • FOB: Destination.
  • Inspection/Acceptance: At Origin.
  • Production Lead Time: 180 days for initial and subsequent delivery orders.

Intended Evaluation Factors

Award was to be based on Best Value Trade-Off Source Selection Procedures, considering:

  • Price
  • Delivery
  • Past Performance (utilizing SPRS)
  • Small Business Participation

Important Notices

  • Solicitation availability was to be on DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/.
  • The Berry Amendment restrictions on foreign products and services apply to clothing and textile items.

Contact Information

People

Points of Contact

Ryan ReynoldsPRIMARY
Clifford LawsonSECONDARY

Files

Files

Download

Versions

Version 2Viewing
Pre-Solicitation
Posted: Oct 3, 2025
Version 1
Pre-Solicitation
Posted: Jul 31, 2025
View
Boot, Firemen, Type II (Knee) | GovScope