Parka, Navy Working Uniform (NWU), Woodland Camouflage, Type III
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 is issuing a pre-solicitation for a Total Small Business Set-Aside, Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This opportunity is for the purchase of Navy Working Uniform (NWU) Woodland Camouflage, Type III Parkas. The contract will have a 12-month performance period with an estimated maximum value of $9.9 million.
Scope of Work
This procurement covers the manufacturing and delivery of NWU Type III Parkas (NSN Series: 8415-01-573-4754). Key requirements include:
- Compliance with NCTRF PD 04-09C (dated 20 Jan 2012) and Pattern Date 14 Dec 2020.
- All materials must be furnished by the contractor and be Berry Amendment compliant.
- RFID at item, case, and pallet level is required.
- Technical and quality requirements are subject to numerous interim changes and revisions, including updated specifications, standards (e.g., SAE-AMS-STD-595 replacing FED-STD-595), testing procedures, and packaging/marking. These updates were noted as of December 18, 2025.
- Detailed material breakdown (BOM) and measurements are provided for production planning (NCTRF PD 04-09 SQIN 14DEC2020).
- Specific material requirements for camouflage, waterproof, moisture vapor permeable cloths with ACE printed logo (Type III) are outlined in NCTRF PD 06-11.
Contract & Timeline
- Type: Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ).
- Duration: 12-month performance period.
- Set-Aside: Total Small Business.
- Estimated Quantities: Minimum 9,000 EA, Annual Estimated Quantity (AEQ) 36,000 EA.
- Maximum Dollar Value: $9,900,000.00.
- Delivery: Initial and subsequent orders required 120 days after award, to VSTN (Peckham Inc.; Navy & Coast Guard 3PL).
- Solicitation Release: Will be posted on DIBBS and SAM.gov.
- Published Date: March 10, 2026.
Evaluation Factors
Award will be based on Source Selection in accordance with FAR 15.101-1, where non-cost/non-price evaluation factors are more important than price. The factors, in order of importance, are:
- Product Demonstration Models (PDMs): Most important. Offerors must submit three (3) NWU Parkas, Type III, Woodland Camouflage in size Medium Regular from each proposed place of performance.
- Past Performance Confidence Assessment: Offerors must submit a history of experience for three (3) years prior to the solicitation closing date.
- Proposed Price.
Additional Notes
The Government does not intend to use FAR Part 12 procedures. Technical data, specifications, patterns, and drawings can be requested via the DLA Troop Support C&T Technical Data Repository. Contacts: Marissa Sacca (Acquisition Specialist) and Randall McArthur (Contracting Officer).