Booties, Shoe Covers
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) Weapons Support Pearl Harbor is soliciting offers for Booties, Shoe Covers under solicitation number SPMYM4-26-Q-3075. This is a 100% Total Small Business Set-Aside for the procurement of 500 pairs of a specific brand of shoe covers. The Government intends to award a single Firm-Fixed Price contract. Quotes are due by February 6, 2026, at 10:00 AM Hawaii Standard Time.
Scope of Work
This opportunity requires the provision of 500 pairs of BOOTIES, SHOE COVER meeting specific technical specifications. The required item is FRHAM SAFETY PRODUCTS P/N FS4225HW-XL. No other brands are authorized unless offered as an "or equal" brand with supporting literature and specifications. Key specifications include: 100% COTTON DUCK BODY, ELASTIC TOP, NON-SKID/NON-MARKING HYPALON SAFETY SOLE, WHITE OR NATURAL COLOR, 13"LG X 12"HT, WASHABLE/REUSABLE. Contractors not the manufacturer must retain supply chain traceability documentation. Unique Item Identification (IUID) is required for delivered items with a unit acquisition cost of $5,000 or more.
Contract Details
- Contract Type: Firm-Fixed Price
- FOB: Destination
- Payment Method: Wide Area WorkFlow (WAWF) is the required method for electronic payment requests and receiving reports.
Submission & Evaluation
- Offer Due Date: February 6, 2026, at 10:00 AM Hawaii Standard Time.
- Submission Method: Quotes must be submitted via e-mail to joseph.w.east.civ@us.navy.mil. The solicitation number, SPMYM4-26-Q-3075, must be included in the subject line.
- Evaluation Factors (in order of importance):
- Technical Capability: Quotes must meet all solicitation requirements and technical specifications. Unacceptable technical quotes will not have their price evaluated.
- Price: The lowest priced technically acceptable offeror will be selected.
- Delivery: Quotes must meet the required delivery date of March 11, 2026, or propose an expedited alternative.
- Required Information with Quote: Best delivery schedule, business size, prompt payment terms, and GSA Contract info (if applicable).
- SAM Registration: Required for invoicing and final payment; offerors must ensure current annual representations and certifications in SAM.
Eligibility / Set-Aside
This acquisition is a 100% Total Small Business Set-Aside under NAICS code 315990 with a size standard of 600 employees.
Additional Notes
Alternate offers for source-controlled items will not be evaluated. Alternate product offers for part-numbered items may not be evaluated if the solicitation is automated, does not meet the dollar threshold for savings, or if time for award does not permit evaluation. Unit prices, once incorporated into a contract, will be released under the Freedom of Information Act (FOIA) without further notice. Contact: Joseph East at joseph.w.east.civ@us.navy.mil or 808-473-8000 x2322 for solicitation information.