Closed Solicitation · DEPT OF DEFENSE

    CHEM-BIO STRUCTURAL BOOTS

    Sol. FA665625Q0017Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)VIENNA, OH
    Closed
    STATUS
    Closed
    closed Sep 12, 2025
    POSTED
    Aug 27, 2025
    Publication date
    NAICS CODE
    316210
    Primary industry classification
    PSC CODE
    8430
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Air Force, is seeking quotes for Chem-Bio Structural Boots under solicitation number FA665625Q0017. This is a total small business set-aside, with a NAICS code of 316210. Bidders must provide brand name or equal products that meet specified performance characteristics. The requirement includes various sizes of Pro Warrington 5050 boots, which must be new and compliant with NFPA certifications. Quotes will be evaluated based on the lowest price, technically acceptable.

    Contract details

    Solicitation No.
    FA665625Q0017
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 27, 2025
    Response Deadline
    September 12, 2025
    NAICS Code
    316210AI guide
    PSC / Class Code
    8430
    Primary Contact
    Ashley A Senich
    City
    VIENNA
    State
    OH
    ZIP Code
    44473-0910

    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.

    Key dates

    1. August 27, 2025Posted Date
    2. September 12, 2025Proposals / Responses Due

    Frequently asked questions

    CHEM-BIO STRUCTURAL BOOTS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.