CUSTOM APPAREL (HOODIES) - DLA SAN JOAQUIN
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) NAF Contracting Office is soliciting quotes for custom-branded hoodies for the DLA San Joaquin Civilian Welfare Fund. This Request for Quotation (RFQ) seeks 1,122 black hoodies with the DLA logo and "DLA SAN JOAQUIN" printed using Direct to Film (DTF) technology. This is a Nonappropriated Funds (NAF) procurement. Quotes are due by February 5, 2026, at 3:00 PM EST.
Scope of Work
The requirement is for 1,122 finished hoodies to be shipped to DLA San Joaquin, Tracy, CA.
- Garment Specifications: Equivalent to or exceeding Gildan Heavy Blend™ Hoodie (Model 18500), made of 40% Cotton / 60% Polyester preshrunk fleece knit (approx. 8.0 oz/sq yd). Must feature double-needle stitching, a double-lined hood, front pouch pocket, and taped neck/shoulders. Color: Black. Certification: OEKO-TEX® Standard 100.
- Printing Specifications: Direct to Film (DTF) printing only (traditional screen printing is prohibited). Prints must be high resolution, durable (30-50 wash cycles), and flexible.
- Artwork: DLA logo with 'DLA SAN JOAQUIN' printed below in IMPACT font. Attachment A provides logo placement and size clarification.
- Sizing: Specific distribution based on Gildan sizing chart (XS to 5XL).
- Deliverables: One (1) pre-production sample hoodie for approval, followed by the final production run.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ)
- Period of Performance: February 16, 2026, to March 6, 2026.
- Delivery Date: March 6, 2026.
- Response Due Date: February 5, 2026, at 3:00 PM EST.
- Questions Due Date: January 27, 2026, at 1:00 PM EST.
- Published Date: January 21, 2026.
Evaluation & Award Factors
Award will be made to the responsible Offeror with the Lowest Priced, Technically Acceptable (LPTA) quote.
- Technical Acceptability: Determined by meeting quoted requirements and technical criteria in the item description. Quotes for "equal products" must include manufacturer name, part number, illustrations, and spec sheets.
- Price Evaluation: Quotes will be ranked by total price. The three lowest-priced quotes will be evaluated for technical acceptability, with the right to evaluate additional quotes if deemed in the best interest of the NAFI.
- Factors: Technical Capability and Delivery.
- Quote Validity: Quotes requested to be effective for 30 days after submission.
Submission Instructions
Offerors must provide a quotation based on best pricing, identifying any "Open Market" items. Quotes must include all line items (CLINs) and specify shipping as F.O.B Destination (with costs included in line item pricing) or F.O.B Origin. Failure to quote all CLINs may render the quote unacceptable. Responses should be emailed to Michael Thompson at michael.3.thompson@dla.mil or submitted via GSA.
Additional Notes
This procurement is subject to the Buy American Certificate provision. Electronic funds transfer (EFT) payments via ACH or credit card are available, with Net 30-day terms or less if a discount is offered. Prospective contractors should include their desired payment method in their quote.