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 soliciting proposals for the procurement of Parka, Navy Working Uniform (NWU), Woodland Camouflage, Type III (NSN Series: 8415-01-573-4754). This requirement is designated as a Total Small Business Set-Aside. The contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price with an estimated maximum value of $9.9 million. Proposals and Product Demonstration Models (PDMs) are due by May 15, 2026, 3:00 PM EST.
Scope of Work
This solicitation, SPE1C1-26-R-0066, is for the purchase of NWU Type III Parkas. The technical specifications are detailed in NCTRF PD 04-09C (updated 12/18/2025) and NCTRF PD 06-11 for the camouflage, waterproof, and moisture vapor permeable cloth with ACE printed logo. Key design features include a collar with drawcord, stowed hood, water-resistant fasteners, multiple pockets, adjustable wrist tabs, and an interoperable slide fastener for a liner. Materials must meet stringent physical properties, including weight, tear resistance, hydrostatic resistance, and moisture vapor transmission.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price
- Ordering Period: 12 months
- Estimated Value: Maximum $9,900,000.00
- Quantities: Minimum 9,000 EA, Annual Estimated Quantity (AEQ) 36,000 EA
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Philadelphia, PA, United States
Submission Requirements
Offerors must submit proposals via the DLA Internet Bid Board System (DIBBS). Additionally, four (4) Medium-Regular size Product Demonstration Models (PDMs) are required and must be shipped to the address listed on page 3 of the solicitation. Both the solicitation package and PDMs must be received by the deadline. Alternate shades are permitted for PDM construction if the basic fabric substrate is the same, provided a deviation letter is included. Offerors can request slide fastener inoperability guide samples, which must be returned with PDMs. Compliance with the Berry Amendment, Buy American Act, NIST SP 800-171, and passive RFID tagging at case/pallet levels is mandatory.
Evaluation Criteria
Award will be based on Best Value Source Selection procedures. The Technical Proposal (including PDMs and Past Performance) is significantly more important than price. PDMs will be evaluated for ratings from Outstanding to Unacceptable. Past Performance will be assessed based on Recency, Relevancy, and Quality. Proposals must remain valid for 180 calendar days.
Key Dates & Contacts
- Proposal & PDM Due Date: May 15, 2026, 3:00 PM EST
- Published Date: April 21, 2026
- Primary Contact: Marissa Sacca (Marissa.1.Sacca@dla.mil)
- Secondary Contact: Randall McArthur (RANDALL.MCARTHUR@DLA.MIL)