Boot, Extreme Cold Weather (Insulated)_SYNOPSIS

SOL #: SPE1C1-25-R-ECWBINSU_SYNOPSISPre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Philadelphia, PA

NAICS

Footwear Manufacturing (316210)

PSC

Footwear, Men's (8430)

Set Aside

No set aside specified

Timeline

1
Posted
Jun 23, 2025
2
Last Updated
Oct 16, 2025
3
Response Deadline
Jul 7, 2025, 9:00 PM

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.

SYNOPSIS

Boot, Extreme Cold Weather Insulated

Solicitation Number:  SOLICITATION NUMBER WILL BE: SPE1C1-25-R-0125

Item: Boot, Extreme Cold Weather, Insulated (Army/MC)

PGC: 04014

NSN: 8430-01-630-7763(s)

The solicitation will have one (1) lot for 100% of total requirement and be issued Unrestricted  with 10% HUBZone preference.

-Items are to be manufactured in accordance with GL-PD-13-16B, dated 6 July 2023.

-Destination: VSTJ (Pendergrass Distribution Center)

-Production lead-time: 210 days after date of award. 

-Solicitation SPE1C1-25-R-XXXX (to be announced) will be evaluated under Best Value Procedures with the following evaluation factors: PDMs, Past Performance, and Small Business Evaluation.

Quantities: The quantities are for a 36-month ordering period. Within the 36-month ordering period, there are three (3) 12-month tier periods.

The Minimum Quantity is 4,000 pairs for the life of the resultant contract. The Minimum Quantity may be ordered during any tier period or combination of tier periods. The Government may fulfill the Minimum Quantity by issuing a single delivery order or any number of delivery orders. However, in fulfilling the Minimum Quantity, the total dollar value expended by the Government shall not exceed the dollar value of the Minimum Quantity procured at the lowest unit price under the contract, hereafter referred to as the “Guaranteed Minimum Dollar Value.” The Government will be considered to have fulfilled its obligation to order the Minimum Quantity when the Guaranteed Minimum Dollar Value has been met.

The Annual Estimated Quantity (AEQ) Total is 48,000: 16,000 (Tier 1)/16,000(Tier 2)/16,00 (Tier 3).

The Maximum Quantity is 56,700 pairs. The Government reserves the right to place orders up to the Maximum Contract Quantity. The Government is not obligated to order the Contract Maximum Quantity; however, the Government has the legal right to order up to this quantity prior to the final expiration of any resultant contract.

The result contract will be a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract type. Production Lead Time is 210 days first delivery order. Inspection/Acceptance at Origin. Destination will be at VSTJ -Pendergrass Distribution Center:

  LVI – OCIE SE

  Pendergrass Distribution Center

  596 Bonnie Valentine Way – DOOR 28

   Pendergrass, GA 30567

Important Notices:

The Government reserves the right to perform conversions to the Boot, Army Combat Temperate Weather  with a similar construction item(s) due to military readiness requirements to support uniform changes.  Any conversion will be via bilateral modification.

NOTICE TO DLA SUPPLIERS: DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for this solicitation use the following link to the DLA Troop Support C&T Technical Data Repository area at: http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx. Also request technical data for this solicitation at email address: TrpSptCTPatterns@dla.mil

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.

Proposals submitted in response to the solicitation must be submitted through DIBBS electronic upload.


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.

FAR Part 12 will be used for this acquisition.

People

Points of Contact

Stephanie Montague-BriggsPRIMARY
Ashley LiddleSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 6
Pre-Solicitation
Posted: Oct 16, 2025
View
Version 5
Pre-Solicitation
Posted: Sep 16, 2025
View
Version 4
Pre-Solicitation
Posted: Aug 18, 2025
View
Version 3
Pre-Solicitation
Posted: Jul 21, 2025
View
Version 2Viewing
Pre-Solicitation
Posted: Jul 21, 2025
Version 1
Pre-Solicitation
Posted: Jun 23, 2025
View