Plain Weave Cloth
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 for the manufacture and delivery of CLOTH, PLAIN WEAVE (NSN 8305-00-148-7364, PGC 17568). This material is critical for fabricating thermal insulation components. The anticipated solicitation, SPE1C1-26-R-0010, will be a Firm-Fixed Price, Indefinite Delivery Indefinitely Quantity (IDIQ) contract. It is set for 100% Full and Open Competition with a HUBZone Price Evaluation Preference. The solicitation is expected to be posted on DLA DIBBS on or after February 27, 2026.
Scope of Work
This procurement requires the manufacture and delivery of CLOTH, PLAIN WEAVE, specifically designed for use in thermal insulation components such as cloth lagging, removable insulation pads, and hull insulation board facings. Key specifications include:
- Material: Glass fiber, natural color, fire resistant, plain weave, Type I, Class 9.
- Dimensions: 60 inches ± 1 inch width, 17.70 ounces per square yard ± 10 percent weight, 50 yards ± 5 yards roll length.
- Compliance: Must adhere to Military Specification MIL-C-20079H, including numerous detailed interim changes, DLA Packaging Requirements (RP001), and DLA Master List of Technical and Quality Requirements (RA001).
- Quality Assurance: Requires test reports and component certifications in accordance with DLA Troop Support Clothing & Textiles Additional Quality Assurance Requirements (August 2021). Component material sources must be identified and approved.
- Restrictions: Berry Amendment restrictions on foreign content apply.
Contract Details
- Contract Type: Firm-Fixed Price, Indefinite Delivery Indefinitely Quantity (IDIQ).
- Period of Performance: Four one-year Tier periods.
- Quantities:
- Minimum Contract Quantity: 2,490 ROLLS.
- Maximum Contract Quantity: 4,980 ROLLS.
- Annual Estimated Quantity: 996 ROLLS per Tier year.
- Production Lead Time (PLT): 150 days for both first and subsequent delivery orders.
- Delivery: F.O.B. DESTINATION, with INSPECTION/ACCEPTANCE at ORIGIN. Delivery destination is VSGX.
Eligibility & Evaluation
- Set-Aside: 100% Full and Open Competition (Unrestricted) with HUBZone Price Evaluation Preference.
- Evaluation: Lowest Price Technically Acceptable (LPTA) Source Selection Procedures.
- Evaluation Factors:
- Technical Test Reports.
- Past Performance Confidence Assessment.
- Socioeconomic Consideration.
- Mandatory: All offerors must be registered in the System for Award Management (SAM).
Key Dates & Contacts
- Anticipated Solicitation Posting: On or after February 27, 2026.
- Contracting Office: DLA Troop Support - Clothing and Textiles, Philadelphia, PA.
- Primary Contact: Roxane Owen (roxane.owen@dla.mil).
- Secondary Contact: Jonathan C Smith (jonathan.c.smith@dla.mil).
- Note: Solicitations will be available exclusively on DLA DIBBS.