Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SOLICITATION NOTICE

84 -- 36P/45P Tan and Green Flyers Jackets

Notice Date
12/18/2025 7:20:37 AM
 
Notice Type
Presolicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C125C0001
 
Response Due
7/29/2025 12:00:00 PM
 
Archive Date
01/15/2026
 
Point of Contact
Dulari Desai, Phone: 4457371240, Baotran Dao, Phone: 2157377429
 
E-Mail Address
dulari.desai@dla.mil, BAOTRAN.DAO@DLA.MIL
(dulari.desai@dla.mil, BAOTRAN.DAO@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTE: This is a pre-solicitation notice, not a solicitation. The solicitation SPE1C1-25-R-0100 has been issued to DIBBS on 10/03/2025. Solicitation Number: SPE1C1-25-R-0100 Item 1: JACKET, FLYER�S, COLD WEATHER, MEN'S, CWU-45P, SAGE GREEN, � PGC#03874 - Lead NSN 8415-01-608-2481 Item 2: JACKET, FLYER�S, SUMMER WEATHER, MEN's, CWU-36P, SAGE GREEN, � PGC#03876 - Lead NSN 8415-01-608-2978 Item 3: JACKET, FLYER�S, SUMMER WEATHER, MEN's, CWU-36P, TAN� PGC#03875 - Lead NSN 8410-01-607-9169 Purchase Descriptions: 36P: 11-PD-25-012 FLYERS JACKET SUMMER WEATHER, Dated 4 April 2025 45P: 11-PD-25-013 JACKET FLYERS COLD WEATHER, Dated 4 April 2025 Cloth: 11 PD 25 001 CLOTH WOVEN PLAIN FLAME RESISTANT, Dated 4 April 2025 DLA Troop Support Clothing and Textiles will be providing electronic patterns. In order for a vendor to be able to receive, view, and use digital patterns, it must have the Computer Aided Design (CAD) Software Gerber Accumark, storage area version 9 or higher. AccuMark zip files will be the primary form of receiving all government-furnished patterns as the Government will not be converting into other CAD formats or down-converting into storage area version 8. During the solicitation phase, paper patterns will be issued on request. The request for the pattern submitted via https://www.dla.mil/Troop-Support/Clothing-and-Textiles/Industry-Support/Spec-Request/ should state clearly in the special instructions that a paper pattern is required. This procurement contains a two (2) one-year ordering period. Within the two one-year ordering period, there will be two 12-month price tier periods. The below quantities are the combination of the listed above three (3) items (Item 1, Item 2, Item 3). The quantities are for two (2) one-year ordering periods. Within the two (2) one-year ordering periods, there will be two (2) 12-month price tier periods. The Minimum Quantity is 10,156 units. The Maximum Quantity is 101,520 units with a monthly shipping maximum of 4,230 units. The Annual Estimated Quantity (AEQ) is 40,608 units for each Tier period (Tier 1 & Tier 2). The AEQ is FURTHER BROKEN DOWN BY EACH ITEM and EACH TIER AS FOLLOWS: PGC AEQ 03874 20,000 03876 20,000 03875 608 This procurement is for the manufacture and delivery of two 36P Jackets and one 45P Jacket. This subject procurement will have one (1) lot and will be solicited as Small Business Set-Aside. The proposed solicitation will result in one award of Firm-Fixed Price, Indefinite-Delivery, Indefinite-Quantity type contract. This solicitation will be evaluated under Best Value Trade Off Source Selection Procedures with the following evaluation factors: 1) Product Demonstration Models (PDM), 2) Past Performance Confidence Assessment. Offerors are required to include Product Demonstration Models (PDMs). Evaluation will consist of PDM, Past Performance, and price. FOB: DESTINATION Inspection/Acceptance: ORIGIN Delivery Destination: VSTJ, VSTG, VSTZ Production lead time (PLT): For initial delivery order, the PLT is 270 days with Pre-production approval. Pre-production sample(s) will be due 30 days after award. Pre-production evaluation would take 30 days. If pre-production is waived/approved, then the PLT for initial delivery order is 210 days after contract award/delivery order issuance and/or the date of pre-production waived/approved. For all subsequent delivery orders, the PLT is 210 days. This solicitation has been posted to the DLA Internet Bid Board System (DIBBS) on 10/03/2025. All offerors MUST be registered in the System for Award Management (SAM). All responsible sources may submit offers which, if received in timely fashion, shall be considered. Important Note on Foreign Content: The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as ""The Berry Amendment"" impose restrictions on the DoD's acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012) and ""specialty metals"" (as defined in DFARS clause 252.225-7014) must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies. All items used in the fabrication of the end item must be 100% U.S. made out of 100% U.S. materials and are to be furnished by the Contractor. The Government does not intend to use FAR Part 12 for this acquisition. Important Notice on Availability of Solicitations: Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Offeror should register to receive notification of this solicitation or solicitation amendments. The solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. Once the solicitation is posted, it will be available for viewing on DIBBS. From the DIBBS homepage, select ""Solicitations"" from the top bar to search for the solicitation. DIBBS Help can be accessed from the DIBBS homepage.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/025df18be70745b29d6cf3fd33f90dad/view)
 
Record
SN07670589-F 20251220/251218230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.