AGSU Buckle
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) Troop Support has issued a pre-solicitation notice for the manufacture and delivery of AGSU Buckles (NSN: 8315-01-683-9267). This opportunity, designated as SPE1C1-26-R-0056, will result in two Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, each awarded under a 100% Small Business Set-Aside. The solicitation is expected to be issued on DLA DIBBS.
Scope of Work
This procurement is for the manufacturing and delivery of AGSU Buckles, which are used by the U.S. Army. The buckles must conform to MIL-DLT-1963K specifications. The requirement is structured into two separate lots, with the government intending to make two awards to distinct contractors to ensure multiple sources and continuous supply. The Government reserves the right to make multiple awards to the same awardee if deemed in its best interest.
Contract & Timeline
- Type: Firm Fixed-Price IDIQ
- Set-Aside: 100% Small Business Set-Aside for both Lot 1 and Lot 2
- Ordering Period: 60 months (five 12-month price tiers)
- Quantities (per lot):
- Contract Minimum: 30,000 pairs
- Contract Maximum: 750,000 pairs
- Annual Estimated: 120,000 pairs (per tier)
- Maximum 13,333 pairs in any 30-day period
- Delivery: FOB Destination to Pendergrass, GA (SC0150) and Travis Association For The Blind, TX (SD0131).
- Lead Times: Initial Production: 120 days; Subsequent Orders: 90 days.
- Solicitation Release: Expected on DLA DIBBS (SPE1C1-26-R-0056).
- Published Date: January 30, 2026.
Evaluation
Award will be based on a Best Value Trade-Off Source Selection. Technical merit, specifically Pre-Production Samples (Factor 1) and Past Performance Confidence Assessment (Factor 2), will be significantly more important than cost or price. As other evaluation factors become more equal, the evaluated cost or price gains importance.
Important Notes
Offerors must be registered in SAM.gov. The Berry Amendment applies, imposing restrictions on foreign content for clothing and textile items. Interested parties should monitor DLA DIBBS for the official solicitation release and any amendments. Contact Chari Fix at Chari.Fix@dla.mil or Arlett R. Hartie at Arlett.Hartie@dla.mil for inquiries.