Search Contract Opportunities

Cold Weather Glove System   2

ID: SPE1C1-25-R-XXXX • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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):

  1. The Minimum Quantity is 18,912 pairs.
  2. 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.
  3. 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.
  4. The Army, Marines, Navy, Airforce are the users. This is not a bag item.
  5. Ordering period: 60-month base term. Within the 60-month ordering period, there are five 12-month tiered pricing periods.
  6. 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

  1. 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

Overview

Response Deadline
Aug. 13, 2025, 3:00 p.m. EDT Past Due
Posted
July 29, 2025, 10:13 a.m. EDT
Set Aside
Partial Small Business (SBP)
Place of Performance
Philadelphia, PA United States
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
25%
Vehicle Type
Indefinite Delivery Contract
On 7/29/25 DLA Troop Support - Clothing and Textiles issued Presolicitation SPE1C1-25-R-XXXX for Cold Weather Glove System due 8/13/25. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 315250 (SBA Size Standard 750 Employees) and PSC 8415.

NATO Stock Number

Details for included NSNs

Item Name
MITTEN SHELLS, COLD WEATHER
NIIN
016979044
Standard Unit Price (DLA)
$110.44

Item Name
MITTEN INSERTS, COLD WEATHER
NIIN
016979014
Standard Unit Price (DLA)
$44.18

Item Name
GLOVES, COLD WEATHER
NIIN
017071036
Standard Unit Price (DLA)
$83.93

Item Name
MITTEN SHELLS, EXTREME COLD WEATH
NIIN
017088002
Standard Unit Price (DLA)
$110.44
Primary Contact
Name
CHARI FIX   Profile
Phone
(445) 737-1081

Secondary Contact

Name
Baotran Dao   Profile
Phone
None

Documents

Posted documents for Presolicitation SPE1C1-25-R-XXXX

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE1C1-25-R-XXXX

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE1C1-25-R-XXXX

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE1C1-25-R-XXXX

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE1C1-25-R-XXXX

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > TROOP SUPPORT CLOTHING & TEXTILE > DLA TROOP SUPPORT
FPDS Organization Code
97AS-SPE1C1
Source Organization Code
500040342
Last Updated
Aug. 29, 2025
Last Updated By
chari.fix@dla.mil
Archive Date
Aug. 28, 2025