BOOTEE CANVAS
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
An Award Notice has been published by DLA MARITIME - PUGET SOUND (part of the Defense Logistics Agency) for the procurement of Canvas Bootees. This opportunity, originally solicited as an 8(a) Set-Aside, sought vendors to supply specific quantities of X-LARGE and LARGE canvas bootees according to detailed specifications. The solicitation period has concluded, and this notice signifies the completion of the procurement process.
Scope of Work
The original solicitation sought bids for:
- Item 0001: 4,200 Pairs of CANVAS BOOTEEs, Size X-LARGE.
- Item 0002: 1,400 Pairs of CANVAS BOOTEEs, Size LARGE. The bootees were specified as "BOOTEE, CANVAS ITEM GF, 12 OZ. COTTON CANVAS" with #12 CANVAS for tops and #4 for soles, in NATURAL color, suitable for SANDBLAST GEAR.
Technical Specifications
Detailed drawings provided critical manufacturing requirements:
- Material: 12 oz. Canvas per square yard (or #12 Canvas), with cotton twill for drawstrings.
- Dimensions: Height 16"-18", Choke 10"-11", Length 16"-16.5", Overall length 32"-36".
- Construction: Involved serging ends, folding, and turning inside out.
- Drawstrings: Two per bootie, 12" long x 3/4" wide, sewn 3" from the top to the front seam.
Contract Details
- Agency: DLA MARITIME - PUGET SOUND, DEPT OF DEFENSE
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Product Service Code: 8415 (Clothing, Special Purpose)
- NAICS Code: 332999 (All Other Miscellaneous Manufacturing) with a 750-employee size standard.
- Place of Performance: Bremerton, WA
- Original Offer Due Date: December 31, 2025, at 8:00 PM PST (as per amendment).
- Payment: Via Wide Area Work Flow (WAWF).
Evaluation Criteria (from Solicitation)
Proposals were evaluated based on technical acceptability, price, and past performance, utilizing the Supplier Performance Risk System (SPRS) and other sources. Technical acceptability required meeting or exceeding specifications and delivery requirements.
Contact Information
For inquiries regarding the original solicitation or this award notice, contact William Moriwaki at william.m.moriwaki@dla.mil or 445-737-8198.