Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SOLICITATION NOTICE

84 -- Cold Weather Glove System

Notice Date
7/29/2025 7:13:44 AM
 
Notice Type
Presolicitation
 
NAICS
315250 —
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE1C1-25-R-XXXX
 
Response Due
8/13/2025 12:00:00 PM
 
Archive Date
08/28/2025
 
Point of Contact
CHARI FIX, Phone: 4457371081, Baotran Dao
 
E-Mail Address
Chari.Fix@dla.mil, BAOTRAN.DAO@DLA.MIL
(Chari.Fix@dla.mil, BAOTRAN.DAO@DLA.MIL)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
NOTE: This is a pre-solicitation notice, not a solicitation. The solicitation has NOT yet been issued. Solicitation: SPE1C1-25-R-0XXX Item 1: Mitten Liner, Extreme Cold Weather Mitten Liner/Insert, PGC #00594, NSN: 8415-01-697-9014(s). Item 2: Intermediate Cold Weather Glove (ICWG) PGC #00595, NSN: 8415-01-707-1036(s). Item 3: Mitten Shells Extreme Cold Weather Trigger Finger Type II, PGC #00596, NSN: 8415-01-697-9044(s). Item 4: Mitten Shells Extreme Cold Weather Full Mitten Type I, PGC #00597, NSN: 8415-01-708-8002 The Mitten System: Item 1 is procured in accordance with MIL-DTL- 32708A, dated 30 Jan 2024, PATTERN DATED: 21 February 2023. Item 2 is procured in accordance with MIL-DTL-32709A, dated 30 Jan 2024, PATTERN DATED: 21 February 2023. Item 3 is procured in accordance with MIL-DTL-32707A, dated 22 Jan 2024, PATTERN DATED: 23 APRIL 2024. Item 4 is procured in accordance with MIL-DTL-32707 dated 22 Jan 2024, PATTERN DATED: 22 MAY 2025. ************* This procurement is for the manufacture and delivery of the above listed four items (Item1, Item 2, Item 3, Item 4). The solicitation SPE1C1-25-R-XXXX will be issued utilizing Best Value Trade-Off Source Selection Procedures where technical merit: Product Demonstration Model (factor 1), Surge and Sustainment (factor 2), Past Performance Confidence Assessment (factor 3), and Small Business Support (factor 4) for unrestricted Lot 0001and Lot 0002 only. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As other evaluation factors become more equal, the evaluated cost or price becomes more important. The resultant contracts will be firm-fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract types. LOT STRUCTURE: The solicitation will contain four separate and distinct lots. The Government intends to make four awards (one for each lot) to four separate and distinct contractors based on an integrated assessment of technical factors and price resulting in the best value to the Government to ensure that multiple sources are available to produce the four items (Item1, Item 2, Item 3, Item 4) and to ensure the continuous availability of reliable sources of supplies. The offeror who is selected as the best value for one of the lots may be excluded from competition on the remaining lots based on the authority in FAR 6.202(a)(4). However, the Government reserves the right to make awards of multiple lots to the same awardee if it is deemed in the Government's best interests. The Governments requirements for each lot are as follows: Lot 0001 will be issued as Unrestricted with HUBZone Price Evaluation Preference and contain Item 1 & Item 2. The Government reserves the right to place orders for any combination of the two items (Item 1 and Item 2) up to Maximum Quantity, but not to exceed 9,439 pairs in any given 30-day period with the requirement of 18,878 per month in the event of a contingency operation. Quantity for both Item 1 and Item 2: The quantities below are the combination of two items (Item 1 and Item 2) and are for a 60-month ordering period. Within the 60-month ordering period, there are five (5) 12-month price tier periods. Tier Period Minimum Quantity Annual Estimated QTY Maximum Qty Tier 1 - Year 1 18,912 75,510 566,325 Tier 2 - Year 2 75,510 Tier 3 - Year 3 75,510 Tier 4 � Year 4 75,510 Tier 5 � Year 5 75,510 Total 18,912 377,550 566,352 Lot 0002 will be issued as Unrestricted with HUBZone Price Evaluation Preference and contain for Item 1 & Item 2. The Government reserves the right to place orders for any combination of the two items (Item 1 and Item 2) up to Maximum Quantity, but not to exceed 9,439 pairs in any given 30-day period with the requirement of 18,878 per month in the event of a contingency operation. Quantity for both Item 1 and Item 2: The quantities below are the combination of two items (Item 1 and Item 2) and are for a 60-month ordering period. Within the 60-month ordering period, there are five (5) 12-month price tier periods. Tier Period Minimum Quantity Annual Estimated QTY Maximum Qty Tier 1 - Year 1 18,912 75,510 566,325 Tier 2 - Year 2 75,510 Tier 3 - Year 3 75,510 Tier 4 � Year 4 75,510 Tier 5 � Year 5 75,510 Total 18,912 377,550 566,352 Lot 0003 will be issued as 100% Small Business Set Aside and contain Item 3 & Item 4. The Government reserves the right to place orders for any combination of the two items (Item 3 and Item 4) up to Maximum Quantity, but not to exceed 9,439 pairs in any given 30-day period with the requirement of 18,878 per month in the event of a contingency operation. Quantity for both Item 3 and Item 4: The quantities below are the combination of two items (Item 3 and Item 4) and are for a 60-month ordering period. Within the 60-month ordering period, there are five (5) 12-month price tier periods. Tier Period Minimum Quantity Annual Estimated QTY Maximum Qty Tier 1 - Year 1 18,912 75,510 566,325 Tier 2 - Year 2 75,510 Tier 3 - Year 3 75,510 Tier 4 � Year 4 75,510 Tier 5 � Year 5 75,510 Total 18,912 377,550 566,352 Lot 0004 will be issued as 100% Small Business Set Aside and contain Item 3 & Item 4. The Government reserves the right to place orders for any combination of the two items (Item 3 and Item 4) up to Maximum Quantity, but not to exceed 9,439 pairs in any given 30-day period with the requirement of 18,878 per month in the event of a contingency operation. Quantity for both Item 3 and Item 4: The quantities below are the combination of two items (Item 3 and Item 4) and are for a 60-month ordering period. Within the 60-month ordering period, there are five (5) 12-month price tier periods. Tier Period Minimum Quantity Annual Estimated QTY Maximum Qty Tier 1 - Year 1 18,912 75,510 566,325 Tier 2 - Year 2 75,510 Tier 3 - Year 3 75,510 Tier 4 � Year 4 75,510 Tier 5 � Year 5 75,510 Total 18,912 377,550 566,352 NOTES for all four lots (Lot 0001, Lot 0002, Lot 0003, Lot 0004): The Minimum Quantity is 18,912 pairs. The Annual Estimated Quantity (AEQ) is 75,510 pairs for each Tier period (Tier 1, Tier 2, Tier 3, Tier 4, and Tier 5). AEQ refers to the Government's good faith estimate of the requirements during a specified contract tier period. The AEQ does not obligate the government to order a specific quantity, it is provided for informational purposes only. The Maximum Quantity is 566,352 pairs per Lot and reflects the sum of approximately 150% of the AEQ for each Tier period (a total of 5 Tiers) to account for fluctuations in customer demand. The Government reserves the right to place orders up to the Maximum Contract Quantity. The Government is not obligated to order the Contract Maximum Quantity; however, the Government has the legal right to order up to this quantity prior to the final expiration of any resultant contract. The Army, Marines, Navy, Airforce are the users. This is not a bag item. Ordering period: 60-month base term. Within the 60-month ordering period, there are five 12-month tiered pricing periods. Delivery Destination (PGC: 00594): DoDAAC: UY0159 RIC: VSTJ LVI � OCIE SE Pendergrass Distribution Center 596 Bonnie Valentine Way � DOOR 28 Pendergrass, GA 30567 DoDAAC: SD0131 RIC: VSTZ Travis Association For The Blind AF & MC 3PL -Distribution Services 4512 South Pleasant Valley Road Austin, Texas 78744 DODAAC: UY0157 RIC: VSTG Peckham Inc. OCIE- North 5408 W. Grand River Ave. Bldg. 6 Lansing, MI 48906 FOB Destination: Inspection/Acceptance at Origin *********************************************************************************** Important Notice: 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 https://www.dibbs.bsm.dla.mil//. Proposals submitted in response to the solicitation must be submitted through DIBBS electronic upload. Important Notice: New Federal Business Opportunities FBO Website Federal Business Opportunities (FBO) moved to SAM.gov. Visit SAM.gov today to preview new features like saved searches and the ability to follow notices. New to SAM.gov, please visit https://sam.gov/content/help for information about how to start your account. 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. ****************************************************************************** Contracting Office Address: Defense Logistics Agency, Acquisition Management, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES Point of Contact(s): Chari Fix, Contract Specialist, Phone: 445-737-1081, Email: Chari.fix@dla.mil Baotran Dao, Contracting Officer, Email: Baotran.dao@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/037a815cde464a159a4d6e9d137c0f38/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN07528972-F 20250731/250729230106 (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.