Intermediate Cold Weather Boot
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 Presolicitation Notice for Intermediate Cold Weather Boots (PGC 03994). This requirement is for Men's Combat Boots manufactured according to Product Description GL-PD-13-01. An Indefinite Quantity (IDIQ) contract is anticipated, with a Total Small Business Set-Aside. The solicitation will be posted on DIBBS. Responses are due by July 22, 2026.
Scope of Work
DLA Troop Support requires Men's Combat Intermediate Cold Weather Boots (NSN 8430-01-675-0993(s)). The boots must adhere to Product Description GL-PD-13-01, Dated 11 April 2013. Key technical specifications include:
- Construction: Desert Sand colored leather, flesh side out, with a direct attached soling system. Specific requirements for upper leather (MIL-PRF-3122 Type I & II), waterproof 3-layer laminate lining, insoles, and removable insulated booties (200 g/sq.m).
- Soling System: Direct attached pure polyether polyurethane cushion midsole and a Quabaug Vibram 360-Degree Lug Model rubber outsole.
- Performance: Waterproof, mildew resistant, shock attenuation, bond strength, leakage resistance, thermal insulation (clo value), flame/heat/liquid penetration resistance, and Moisture Vapor Transmission Rate (MVTR).
- Sizing: Available in sizes 3-15 (whole/half) and 16 (whole), and widths Narrow (B), Regular (D), Wide (EE), X-Wide (EEEE).
- Compliance: Berry Amendment compliance is noted as a potential requirement for Clothing and Textile items.
Contract & Timeline
- Opportunity Type: Presolicitation
- Contract Type: Anticipated Indefinite Quantity (IDIQ) Type Contract
- Ordering Period: Four (4) one-year tier periods
- Guaranteed Minimum: 2,000 pairs
- Maximum Dollar Value: $7.5 million
- Annual Estimated Quantities (AEQ): Tier 1 - 17,000 pairs; Tiers 2-4 - 6,000 pairs each
- Initial Delivery Lead Time: 150 days for initial delivery order production
- Delivery Destination: Peckham Inc., OCIE – North, Lansing, MI 48906 (FOB Destination, Inspection/Acceptance at Origin)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Date: July 22, 2026
- Published Date: July 22, 2025
Evaluation
Award will be based on Best Value Trade-Off Source Selection Procedures. Evaluation factors include:
- Product Demonstration Model (PDM)
- Past Performance Confidence Assessment One award is anticipated, based on an integrated assessment of technical factors and price. Commercial procedures (FAR Part 12) will be used.
Additional Notes
The solicitation, SPE1C1-25-R-ICWB, will be posted on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. Offerors are advised to register on DIBBS for notifications. The Government is not obligated to order the maximum dollar value, but the guaranteed minimum dollar value is based on the guaranteed minimum quantity at the lowest tier unit price. The boots are designed for cold weather environments (14°F to 68°F).