FLYERS, CWU-110/ P MASK

SOL #: SPE1C1FLYERSMASKSources Sought

Overview

Buyer

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

Place of Performance

Philadelphia, PA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

Clothing, Special Purpose (8415)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 13, 2026
2
Last Updated
Feb 3, 2026
3
Response Deadline
Jan 28, 2026, 8:00 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.

Quick Summary

The Defense Logistics Agency (DLA) Troop Support is conducting a Sources Sought market research effort to identify potential manufacturers for Flyers, CWU-110/P Masks. This initiative aims to gather information on industry capabilities and inform a future acquisition strategy for these specialized cold weather facemasks. Responses are due by January 28, 2026, at 3:00 PM EST.

Purpose

This is a market research survey, not a request for bid or proposal, conducted by the Naval Air Systems Command (NAVAIR) and DLA Troop Support. The primary goal is to identify qualified sources for the CWU-110/P Masks, assess industry capabilities, and determine an appropriate acquisition strategy. DLA Troop Support anticipates issuing a solicitation under an Indefinite Quantity Contract with tiered pricing in the future.

Scope of Work / Key Requirements

The requirement is for Flyers, CWU-110/P Masks, specifically PGC 03518, NSN: 8415-01-558-3536 (2400 units) and 8415-01-558-3538 (768 units). These facemasks must adhere to NAWC PD 4631-04-23A dated 24 October 2012, which details requirements for fleece aramid facemasks designed for cold weather operations. Key specifications include:

  • Design: Non-adjustable, covering nose, mouth, and throat, with a pass-through slot for communication devices.
  • Sizes: Medium-Large (M-L) and XLarge (XL).
  • Classes: Class 1 (Green 3438) and Class 2 (Coyote Brown 3758).
  • Materials: Primarily flame-resistant knitted fleece, with silk weight knitted mesh and knit velour. Specific material standards (e.g., ARAMID THREAD, SPUN STAPLE, A-A-55217B) and colors are detailed.
  • Construction: Specific stitching, seams, bar tacking, and manufacturing operations are defined.
  • Labeling: Requires individual bar-coding with 13-digit NSN and 12-digit government-assigned UPC on paper tags, conforming to MIL-DTL-32075.
  • Packaging: Must comply with MIL-PRF-121G (Type II) and ASTM-D-5118 for shipping containers, with lot numbering per MIL-STD-129.

Compliance Requirements

All items must be Berry Amendment Compliant, meaning all components must be of domestic origin in compliance with DFARS clause 252.225-7012, Preference for Certain Domestic Commodities (April 2022). Quality assurance requirements include DLA Troop Support Clothing & Textiles Additional Quality Assurance Requirements Revision 1 (August 2021) and ANSI/ISO/ASQ Q9001-2015 (excluding para 7.3) or equivalent. Inspection at Source/Acceptance at Source is applicable, and components may undergo government laboratory testing.

Submission & Evaluation

Interested vendors are requested to provide:

  • Estimated unit price.
  • Company details (POC, email, phone), business size and type, number of employees, manufacturer/dealer status, and place of performance.
  • Experience with government contracts and commercial item awareness.
  • Production lead time capability (target 150 days).
  • Material/labor ratio, cost drivers, material pricing stability, and domestic material availability.
  • Interest in Economic Price Adjustment (EPA) clauses. Offerors must identify suppliers, manufacturers, and addresses for all components; failure to do so may result in rejection. WAWF is required for Material Inspection Receiving Reports.

Contract & Timeline

  • Opportunity Type: Sources Sought
  • Set-Aside: None specified
  • Delivery Location: Pendergrass, GA (VSTJ)
  • Response Due: January 28, 2026, 3:00 PM EST
  • Published Date: January 13, 2026

Additional Notes

This notice is for planning purposes only and does not constitute a solicitation. Questions regarding laboratories and suppliers should be directed in writing to the Procurement Buyer. Allow 30 working days for shade testing.

People

Points of Contact

Timothy GlaccumPRIMARY
Tiffany SavageSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Feb 3, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 13, 2026
FLYERS, CWU-110/ P MASK | GovScope