Marine Corps Womens Blue Coat
SOL #: SPE1C126R0030Solicitation
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
Outerwear, Women's (8410)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 22, 2026
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Feb 23, 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 soliciting proposals for Marine Corps Women's Dress Blue Coats. This is a 100% Total Small Business Set-Aside opportunity for a Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The solicitation follows Best Value Tradeoff Source Selection Evaluation Procedures. Proposals are due February 23, 2026.
Scope of Work
This opportunity is for the purchase of Marine Corps Women's Dress Blue Coats (PGC 04200, NSN: 8410-01-668-8077). Key requirements include:
- Conformance to MIL-DTL-32732 dated 8 FEB 2023 and Amendment 1 dated 23 FEB 2023.
- Specific material requirements: cloth MIL-DTL-10176, type II, class 12, dark blue shade #2312, 60", 6.8 sq oz, poly/wool, mothproofed, Roll # 3876.
- Product Demonstration Models (PDMs) are mandatory and must be submitted via traceable means by the closing date.
- RFID inlay requirements for hang tags.
- Berry Amendment restrictions apply, requiring components to be grown, reprocessed, reused, or produced in the United States.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ).
- Contract Term: 60 months, structured into five (5) separate 12-month pricing tiers.
- Quantities: Minimum 1,920 each, Annual Estimated Quantity (AEQ) 4,800 each, Maximum 33,600 each.
- Production Lead Time (PLT): Initial PLT is 120 days; subsequent orders are 90 days.
Submission & Evaluation
- Proposals must be submitted electronically via the DLA Internet Bid Board System (DIBBS). Email offers will not be accepted.
- All questions must be directed to the Contracting Officer via email by 3:00 PM EST, 15 days prior to the solicitation close date.
- Solicitation Closing Date: February 23, 2026, at 3:00 PM local time.
- Evaluation Factors: Product Demonstration Model (PDM), Past Performance, and Price. The PDM is a go/no-go factor.
- Offerors are cautioned to make their original offer their best offer, as the Government reserves the right to make an award without further discussions.
Eligibility / Set-Aside
- This is a 100% Small Business Set Aside.
Additional Notes
- Vendors must be registered on SAM.gov to be considered for award.
- The Supplier Performance Risk System (SPRS) will be used in the evaluation of suppliers' past performance.
- Domestic origin is required for all components in compliance with clause 252.225-7012.
People
Points of Contact
DESIREE ORLANDOPRIMARY
CHARI FIXSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Solicitation
Posted: Feb 4, 2026
Version 1Viewing
Solicitation
Posted: Jan 22, 2026