Socks, Black, Athletic
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 Black Athletic Socks (NSN: 8415-01-692-2228) under RFP SPE1C1-26-R-0106. The Government intends to award two Firm Fixed-Price Indefinite Delivery Type (IDIQ) contracts, each for a 50% portion of the requirement. This acquisition is a Total Small Business Set-Aside. Proposals must be submitted via DIBBS only by June 11, 2026.
Scope of Work
This opportunity requires the provision of ribbed knit, cotton/nylon/spandex athletic crew socks, specifically Class 2 - Black 557, in accordance with CID GL-PD-20-07, dated October 28, 2020. Key requirements include specific material composition (75-85% cotton, 15-25% nylon, 1-4% spandex), construction details, weight ranges, and performance standards for colorfastness, pilling, bursting strength, and toxicity. All materials and components must be Berry Amendment compliant. Deliveries are FOB Destination to Pendergrass Distribution, Pendergrass, GA, with inspection and acceptance at destination. RFID is required at the item, case, and pallet levels.
Contract Details
- Contract Type: Negotiated Indefinite Delivery Type (IDIQ), Firm Fixed-Price.
- Award Structure: Two contracts, each for 50% of the total requirement (Lot 0001 and Lot 0002).
- Duration: A 60-month ordering period, structured into five (5) 12-month price tier periods.
- Quantities:
- Guaranteed Minimum: 204,000 pair (102,000 pair per lot)
- Annual Estimated Quantity: 816,000 pair per tier (408,000 pair per lot)
- Contract Maximum: 5,100,000 pair across all tiers (2,550,000 pair per lot)
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 315120 – Apparel Knitting Mills.
Submission & Evaluation
- Proposal Due Date: June 11, 2026, 7:00 PM UTC.
- Submission Method: Proposals will be accepted exclusively via DIBBS.
- Evaluation Basis: Best Value / Trade Off / Source Selection procedures will be utilized. Technical and Past Performance, when combined, are more important than cost or price.
- Evaluation Factors (descending order of importance):
- Product Demonstration Model (PDM): Must be in accordance with CID GL-PD-20-07. Offerors must submit three (3) pair size medium PDMs from each proposed place of performance, along with a physical test report. Alternate materials are strictly prohibited; only specified materials from GL-PD-20-07 are allowed.
- Past Performance/Performance Confidence Assessment: History from the three years prior to the solicitation closing date.
- Technical Data: Specifications (CID GL-PD-20-07) and technical data are included as attachments to the solicitation on SAM.gov and DIBBS.
Packaging & Marking Requirements
Based on TechData PGC 00338, specific requirements include:
- Marking: NSNs must be displayed; manufacturer's name omitted from exterior shipping containers.
- Labeling: Each item requires an individual bar-coded paper tag with a 13-digit bar code and a 12-digit Universal Product Code (UPC).
- RFID: A passive Gen2, 860-960 MHz RFID inlay must be added to the hang tag or label, with data linking the EPC number to the NSN and quantity exportable to VIM/ASAP.
- Palletization: All supplies must be palletized (43" L x 52" W x 54" H), using ISPM 15 compliant wood packaging materials. Pallets should ideally contain only one NSN, or be clearly marked if multiple NSNs are present.
- Inspection: Includes requirements for firm-fixed price inspection, first article approval, and certificate of conformance. Acceptability will be determined by ANSI/ASQC Z1.4 sampling procedures.