Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SOLICITATION NOTICE

84 -- MC & NWU APECS Trousers

Notice Date
11/5/2025 10:32:21 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
SPE1C1-25-R-0103
 
Archive Date
11/20/2025
 
Point of Contact
Marissa Sacca, RANDALL MCARTHUR
 
E-Mail Address
Marissa.1.Sacca@dla.mil, RANDALL.MCARTHUR@DLA.MIL
(Marissa.1.Sacca@dla.mil, RANDALL.MCARTHUR@DLA.MIL)
 
Small Business Set-Aside
HZC HUBZone Set Aside
 
Description
Pre-solicitation Notice / Synopsis for Solicitation No: SPE1C1-25-R-0103 This is for the purchase of the following: Item 0001: Marine Corps (MC), All-Purpose Environmental Clothing System (APECS), Woodland Camouflage, Trousers NSN Series: 8415-01-506-5461 (s) / PGC: 02867 End Item Specification: MIL-DTL-32158 dated 19 January 2004 / Pattern Date: 19 March 2020 Item 0002: Navy Working Uniform (NWU), APECS, Desert Camouflage, Type II, Trousers NSN Series: 8415-01-599-1775 (s) / PGC: 03828 End Item Specification: NCTRF PD 04-11A dated 17 April 2012 / Pattern Date: 26 January 2012 Item 0003: NWU, APECS, Woodland Camouflage, Type III, Trousers NSN Series: 8415-01-599-2357 (s) / PGC: 03827 End Item Specification: NCTRF PD 04-11A dated 17 April 2012 / Pattern Date: 26 January 2012 The solicitation will be set-aside for Historically Underutilized Business Zone (HUBZone) small business concerns. This procurement will result in one (1) Firm Fixed Price, Indefinite Delivery/Indefinite Quantity contract. The contract will consist of five-(5) pricing tiers where each tier will be for a 12-month performance period, resulting in a 60-month contract. In accordance with FAR 10.002 (d)(2), the Government does NOT intend to use FAR Part 12 procedures for this procurement. The quantities provided below are estimates and may change at the time of solicitation based on changes in demand and supply position. Combined quantities for all three (3) items: Minimum Quantity for all five (5) pricing tiers: 1,449 PR Annual Estimated Quantity (AEQ) for each of the five (5) pricing tiers: 5,757 PR Maximum Quantity for all five (5) pricing tiers: 39,681 PR Under the initial delivery order there will be three (3) monthly deliveries that will be required starting 180 days after the date of the award, with subsequent orders due in 120 days. The delivery destinations for subject items are VSTZ (Travis Association For The Blind; AF & MC 3PL � Distribution Services), VSTG (Peckham Inc.; OCIE � North), and VSTJ (LVI � OCIE SE; Pendergrass Distribution Center). Source Selection criteria will be used for award evaluation purposes in accordance with FAR 15.101-1. For award evaluation purposes non-cost/non-price evaluation factors are more important than price. Evaluation Factors for award are Product Demonstration Models (PDMs), Past Performance Confidence Assessment, and Proposed Price in that order. RFID at item, case, and pallet level will be required for subject items. All materials used to manufacture subject items are to be furnished by the contractor. All materials/components shall be Berry Amendment compliant. Offerors will be required to submit Product Demonstration Models (PDMs) from each proposed place of performance with the following size requirements: One (1) MC APECS Woodland Camouflage Trousers in size Medium Regular One (1) NWU APECS Type II Trousers in size Medium Regular One (1) NWU APECS Type III Trousers in size Medium Regular Note: The Government reserves the right to change the PDM requirements and does not incur any responsibility or obligation to offerors, manufacturers, or suppliers in providing these anticipated PDM requirements. Offerors will also be required to submit a history of their experience/past performance record from the period three (3) years prior to the solicitation closing date. PDM(s) are the most important evaluation factor and will be evaluated for conformance to the specifications, Past Performance will be the next important evaluation factor, followed by Price. Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. The Solicitation will be posted on DIBBS and SAM.gov. Please check both. Refer to the following when viewing solicitation on DIBBS: The Solicitation will be posted on 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/. A few highlights of the information that will be found include: 1. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process. 2. In order to register for access to secure portions of DLA DIBBS, the company you are representing must already be registered in the System for Award Management (SAM)(https://www.sam.gov). 3. A Commercial and Government Entity (CAGE) Code registration will be processed immediately. A User ID will appear on the registration screen and a password will be sent separately to the email address of the Super User. If a CAGE is already registered on DLA DIBBS, the name and email address of the Super User will be provided. The Super User should be contacted to set-up additional accounts, logons and passwords for their CAGE. DIBBS Super User * If your CAGE has already been registered on DIBBS, the name and email address of the person designated as your super user will be provided. * The representative who starts the DIBBS registration process has the option to accept their SAM registration POC as the DIBBS super user, or they can designate themselves or another person to act as the super user for the CAGE. * The super user acts as the account administrator for a CAGE. They can add up to ninety-eight (98) additional users, provide user IDs and passwords, modify existing users, and control the login status of each user for their CAGEs through My Account (Account Maintenance). ****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), including the materials and components thereof (other than sensors, electronics, or other items added to, and not normally associated with clothing), 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. NOTICE TO DLA SUPPLIERS: DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for this solicitation, use the following link to the DLA Troop Support C&T Technical Data Repository area at: http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx The points of contact for subject acquisition are: Marissa Sacca; Acquisition Specialist Email: Marissa.1.Sacca@DLA.mil Randall McArthur; Contracting Officer Email: Randall.Mcarthur@DLA.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/43366b63bf4442cd943e278bf726d88a/view)
 
Place of Performance
Address: Philadelphia, PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN07636259-F 20251107/251105230042 (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.