36P/45P Tan and Green Flyers Jackets
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.
NOTE: This is a pre-solicitation notice, not a solicitation. The solicitation SPE1C1-25-R-0100 has been issued to DIBBS on 10/03/2025.
Solicitation Number: SPE1C1-25-R-0100
Item 1: JACKET, FLYER’S, COLD WEATHER, MEN'S, CWU-45P, SAGE GREEN, –
PGC#03874 - Lead NSN 8415-01-608-2481
Item 2: JACKET, FLYER’S, SUMMER WEATHER, MEN's, CWU-36P, SAGE GREEN, – PGC#03876 - Lead NSN 8415-01-608-2978
Item 3: JACKET, FLYER’S, SUMMER WEATHER, MEN's, CWU-36P, TAN–
PGC#03875 - Lead NSN 8410-01-607-9169
Purchase Descriptions:
36P: 11-PD-25-012 FLYERS JACKET SUMMER WEATHER, Dated 4 April 2025
45P: 11-PD-25-013 JACKET FLYERS COLD WEATHER, Dated 4 April 2025
Cloth: 11 PD 25 001 CLOTH WOVEN PLAIN FLAME RESISTANT, Dated 4 April 2025
DLA Troop Support Clothing and Textiles will be providing electronic patterns. In order for a vendor to be able to receive, view, and use digital patterns, it must have the Computer Aided Design (CAD) Software Gerber Accumark, storage area version 9 or higher. AccuMark zip files will be the primary form of receiving all government-furnished patterns as the Government will not be converting into other CAD formats or down-converting into storage area version 8.
During the solicitation phase, paper patterns will be issued on request. The request for the pattern submitted via https://www.dla.mil/Troop-Support/Clothing-and-Textiles/Industry-Support/Spec-Request/ should state clearly in the special instructions that a paper pattern is required.
This procurement contains a two (2) one-year ordering period. Within the two one-year ordering period, there will be two 12-month price tier periods.
The below quantities are the combination of the listed above three (3) items (Item 1, Item 2, Item 3). The quantities are for two (2) one-year ordering periods. Within the two (2) one-year ordering periods, there will be two (2) 12-month price tier periods.
The Minimum Quantity is 10,156 units.
The Maximum Quantity is 101,520 units with a monthly shipping maximum of 4,230 units.
The Annual Estimated Quantity (AEQ) is 40,608 units for each Tier period (Tier 1 & Tier 2). The AEQ is FURTHER BROKEN DOWN BY EACH ITEM and EACH TIER AS FOLLOWS:
PGC AEQ
03874 20,000
03876 20,000
03875 608
This procurement is for the manufacture and delivery of two 36P Jackets and one 45P Jacket. This subject procurement will have one (1) lot and will be solicited as Small Business Set-Aside. The proposed solicitation will result in one award of Firm-Fixed Price, Indefinite-Delivery, Indefinite-Quantity type contract.
This solicitation will be evaluated under Best Value Trade Off Source Selection Procedures with the following evaluation factors: 1) Product Demonstration Models (PDM), 2) Past Performance Confidence Assessment. Offerors are required to include Product Demonstration Models (PDMs). Evaluation will consist of PDM, Past Performance, and price.
FOB: DESTINATION
Inspection/Acceptance: ORIGIN
Delivery Destination: VSTJ, VSTG, VSTZ
Production lead time (PLT): For initial delivery order, the PLT is 270 days with Pre-production approval. Pre-production sample(s) will be due 30 days after award. Pre-production evaluation would take 30 days. If pre-production is waived/approved, then the PLT for initial delivery order is 210 days after contract award/delivery order issuance and/or the date of pre-production waived/approved. For all subsequent delivery orders, the PLT is 210 days.
This solicitation has been posted to the DLA Internet Bid Board System (DIBBS) on 10/03/2025. All offerors MUST be registered in the System for Award Management (SAM). All responsible sources may submit offers which, if received in timely fashion, shall be considered.
Important Note on Foreign Content:
The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as "The Berry Amendment" impose restrictions on the DoD's acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012) and "specialty metals" (as defined in DFARS clause 252.225-7014) must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies.
All items used in the fabrication of the end item must be 100% U.S. made out of 100% U.S. materials and are to be furnished by the Contractor. The Government does not intend to use FAR Part 12 for this acquisition.
Important Notice on Availability of Solicitations:
Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Offeror should register to receive notification of this solicitation or solicitation amendments. The solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. Once the solicitation is posted, it will be available for viewing on DIBBS. From the DIBBS homepage, select "Solicitations" from the top bar to search for the solicitation. DIBBS Help can be accessed from the DIBBS homepage.