Closed Solicitation · DEPT OF DEFENSE

    84--CREEPERS,ICE TAN

    Sol. SPE1C126R0001PresolicitationPHILADELPHIA, PA
    Closed
    STATUS
    Closed
    closed Oct 8, 2025
    POSTED
    Sep 17, 2025
    Publication date
    NAICS CODE
    315990
    Primary industry classification
    PSC CODE
    8465
    Product & service classification

    AI Summary

    The Department of Defense is seeking proposals for a firm-fixed price contract for creepers, ice, with a term of 48 months. The acquisition includes multiple pricing tiers and requires compliance with specific commercial item descriptions. Interested vendors must be registered in SAM and will be evaluated based on fair pricing and compliance with testing requirements.

    Contract details

    Solicitation No.
    SPE1C126R0001
    Notice Type
    Presolicitation
    Posted Date
    September 17, 2025
    Response Deadline
    October 8, 2025
    NAICS Code
    315990AI guide
    PSC / Class Code
    8465
    Issuing Office
    DLA TROOP SUPPORT
    Primary Contact
    Gabrielle Colao
    State
    PA
    ZIP Code
    19111-5096
    AI Product/Service
    product

    Description

    The proposed acquisition is for a firm-fixed price, indefinite delivery, indefinite quantity contact. The contract shall be for a term of 48 months and will include four (4) separate pricing tiers. Each tier shall be for a 12-month period. Creepers,Ice is made in accordance with commercial item description (CID) A-A-55124, Revision C Notice 2, dated April 28, 2025, which references Revision C, dated July, 23,2020. The CID can be found through the following link: https://quicksearch.dla.mil/qsDocDetails.aspx?ident_number=109712

    The breakdown of the sizes are as follows:

    8465-01-615-2944      Small              

    8465-01-615-2947      Medium          

    8465-01-615-2950      Large  

    8465-01-615-2952      X-Large          

    OVERALL QUANTITIES:

    Guaranteed Minimum Quantity: 5,000 PR **

    Annual Estimated Quantity: 19,000 PR **

    Maximum Quantity: 94,000 PR **

    ** Any combination of sizes.

    The planned acquisition will be issued on an unrestricted basis, full and open competition, with 10% HUBZone price evaluation preference in accordance with FAR 19.1307. The Government intends to make a single award to the responsible offeror whose proposal meets all the terms and conditions of the solicitation and submits an overall price that is determined to be fair and reasonable by the Contracting Officer. The solicitation will be issued on F.O.B. destination in accordance with FAR 47.304-1(g)(5) and inspection and acceptance at origin.

    All offered products shall meet the prescriptions of clause DFARS 252.225-7012, Preference for Certain Domestic Commodities if any of the materials listed within this clause are utilized in the production of the item.

    Deliveries will be made to the following DLA Troop Support’s third party logistic (3PL) depots: UY0157 – Peckham Inc (Lansing, MI), UY0159 – LVI-OCIE SE Pendergrass Distribution Center (Pendergrass, GA), and SD0131 – Travis Association for the Blind (Austin, TX). The applicable NAICS code is 315990 – Apparel Accessories and Other Apparel Manufacturing (size standard – 600).

    A First Article Test (FAT) is required under clause FAR 52.209-4, First Article Approval—Government Testing--Alternate I. The contractor shall bear all costs. Under this clause, one (1) sample pair (PR) per Creepers, Ice size / NSN shall be submitted 120 days after the date of award. First article test samples will be evaluated with visual and dimensional examinations. The Government shall have 30 days after the receipt of the samples to complete its evaluation and to notify the contractor of approval or disapproval of the first article. After the FAT is approved, the contractor shall deliver the first delivery order in 120 days. Delivery orders may require concurrent deliveries in any combination of sizes in any given 30 day period.

    NOTE: A FAT waiver can be requested by contractors that have manufactured and delivered the item within the last 3 years. If a FAT waiver is approved, the total production lead time (PLT) of the first delivery will be 120 days after the date of award. Delivery orders may require concurrent deliveries in any combination of sizes in any given 30 day period.

    NOTE: Any change to the facilities, place of performance, processes, materials, or other instances listed in the proposal will require written approval from the contracting officer and/or new first article testing.

    All offerors shall be registered in SAM to be eligible for award. All responsible sources may submit offers which, if timely received, shall be considered.

    Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. It is estimated that the solicitation will be posted on https://www.dibbs.bsm.dla.mil/ within 15 days of this notice. Instructions for submitting offers will be provided within the solicitation remarks.

    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:

    A. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process.

    B. 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).

    C. 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 System for Award Management (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), including the materials and components thereof (other than sensors, electronics, or other items added to, and not normally associated with clothing and the materials and components thereof), 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.

    Interested vendors can request the corresponding drawings, specifications, or patterns through the following link AFTER the solicitation has been posted to DIBBS.

    http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx

    Key dates

    1. September 17, 2025Posted Date
    2. October 8, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    84--CREEPERS,ICE TAN is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.