MC & NWU APECS Trousers
SOL #: SPE1C1-25-R-0103Solicitation
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
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Nov 24, 2025
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 18, 2026, 7:00 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 (MC) and Navy Working Uniform (NWU) All-Purpose Environmental Clothing System (APECS) Trousers. This requirement is for a Firm Fixed Price, Definite Quantity contract, re-opened via Amendment 0001. Proposals and Product Demonstration Models (PDMs) are due by May 18, 2026, at 3:00 PM EST.
Scope of Work
This solicitation, SPE1C1-25-R-0103, is for the purchase of two items:
- Item 0001: Marine Corps (MC), All-Purpose Environmental Clothing System (APECS), Woodland Camouflage, Class 1, Trousers (NSN Series: 8415-01-506-5461). End Item Specification: MIL-DTL-32158 dated 19 January 2004, with numerous deviations detailed in "Tech Data - MC APECS Trousers.pdf".
- Item 0002: Navy Working Uniform (NWU), APECS, Woodland Camouflage, Type III, Trousers (NSN Series: 8415-01-599-2357). End Item Specification: NCTRF PD 04-11A dated 17 April 2012, with deviations detailed in "Tech Data - NWU Trousers Types II and III .pdf" and "Tech Data - NWU APECS Trousers .pdf". The "UPC List.pdf" documents provide NSN, size, and UPC information for both items.
Contract & Timeline
- Contract Type: Firm Fixed Price, Definite Quantity (changed from IDIQ by Amendment 0001).
- Ordering Period: Five (5) months.
- Set-Aside: Total Small Business Set-Aside (FAR 6.203, changed from HUBZone by Amendment 0001).
- Proposal & PDM Due: May 18, 2026, 3:00 PM EST (extended by Amendment 0002).
- Published Date: April 30, 2026 (latest amendment).
- Place of Performance: Philadelphia, PA, United States.
- Production Lead Time (PLT): 180 days for the first delivery order, 120 days for subsequent deliveries.
Key Requirements
- Product Demonstration Models (PDMs): Four (4) PDMs of each item type from each sewing place of performance are required. Failure to submit acceptable PDMs may result in rejection. Amendment 0003 permits alternate shade for PDM construction if a deviation letter is included.
- NIST SP 800-171: A current NIST SP 800-171 assessment (not older than 3 years) is mandatory for award consideration.
- RFID Tags: Item-level passive RFID technology is required for individual items, cases, and pallets, with data uploaded to the VIM-ASAP system, as detailed in "RFID Guide - Dec 2011.PDF".
- Domestic Material Restrictions: Compliance with Berry Amendment, Buy American Act, and other domestic material restrictions is required.
- Quality Assurance: Adherence to DLA Troop Support Clothing & Textiles Additional Quality Assurance Requirements (Revision 1, August 2021) is mandatory.
- Digital Patterns: Electronic patterns will be provided via DoD SAFE, requiring Gerber Accumark software (version 9 or higher).
Submission & Evaluation
- Proposal Submission: Offerors shall submit proposals via the DLA Internet Bid Board System (DIBBS). Guidance is provided in "DIBBS Upload Offer Guidance.pdf".
- PDM Submission: Product Demonstration Models must be submitted to the address listed on page 3 of the solicitation. Both PDMs and the solicitation package must be received by the deadline.
- Evaluation: Pricing will be evaluated based on proposed unit prices multiplied by the quantity (14,400 PR) for each item. Best Value Source Selection procedures will be used, with non-price factors (Technical Proposal, PDMs, Past Performance) being significantly more important than price.
Contact Information
- Primary Contact: Marissa Sacca (Marissa.1.Sacca@dla.mil)
- Secondary Contact: Randall McArthur (RANDALL.MCARTHUR@DLA.MIL)
People
Points of Contact
Marissa SaccaPRIMARY
RANDALL MCARTHURSECONDARY