Closed Solicitation · DEPT OF DEFENSE

    84--MOLLE HMS MANPACK RADIO AND COMPONENTS

    Sol. SPE1C1-26-R-0050PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PHILADELPHIA, PA
    Closed
    STATUS
    Closed
    closed Jan 29, 2026
    POSTED
    Jan 14, 2026
    Publication date
    NAICS CODE
    315990
    Primary industry classification
    PSC CODE
    8465
    Product & service classification

    AI Summary

    The Department of Defense is seeking proposals for the manufacture and delivery of MOLLE HMS Manpack Radio and components under a total small business set-aside. The contract will be awarded based on a best value tradeoff approach, focusing on technical merit and price. The acquisition includes multiple pricing tiers and a firm-fixed price contract for 36 months.

    Contract details

    Solicitation No.
    SPE1C1-26-R-0050
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    January 14, 2026
    Response Deadline
    January 29, 2026
    NAICS Code
    315990AI guide
    PSC / Class Code
    8465
    Issuing Office
    DLA TROOP SUPPORT
    State
    PA
    ZIP Code
    19111-5096
    AI Product/Service
    product

    Description

    Solicitation SPE1C1-26-R-0050 will be issued as a total small business set-aside and utilize a best value tradeoff approach. The Government intends to make a single award to the responsible offeror who meets all terms and conditions of the solicitation and is determined to be the best value to the Government after an integrated assessment of technical merit and price.

    The proposed acquisition is for the manufacture and delivery of the modular lightweight load-carrying equipment (MOLLE) Hinge Modular System (HMS) Manpack Radio and Components, which are made in accordance with CO-PD-02-02R dated May 9, 2024.

    This acquisition will result in one (1) award for a firm-fixed price, indefinite delivery, indefinite quantity type contract. The contract shall be for a term of 36 months and will include three (3) separate pricing tiers. Each tier shall be for a 12-month period. FOB destination and inspection and acceptance at origin.

    The NAICS code is 315990 - Apparel Accessories and Other Apparel Manufacturing; the size standard is 600 employees.

    A. Carrier, HMS Manpack Radio Set / 8465-01-718-3331

               Unit of Issue: Set (SE)             

                  Minimum QTY    Annual Estimated QTY    Maximum QTY

    Tier 1         165 SE                        660 SE         

    Tier 2                                               660 SE         

    Tier 3                                               820 SE                                2,675 SE

    B. Components

               Packboard / 8465-01-718-3341

               Rucksack / 8465-01-718-3344

               Bag, Accessories / 8465-01-718-3346

               Pouch, Tubular, Antenna / 8465-01-718-3352

               Harness, Packboard / 8465-01-718-3356

                    Unit of Issue: Each (EA)

                                                                          Quantity Over Tier 1 through Tier 3

                                                        Minimum QTY    Annual Estimated QTY    Maximum QTY

    Packboard                                       0 EA                         800 EA                               3,000 EA

    Rucksack                                          0 EA                         800 EA                               3,000 EA

    Bag, Accessories                            0 EA                         800 EA                               3,000 EA

    Pouch, Tubular, Antenna           0 EA                         800 EA                                3,000 EA

    Harness, Packboard                     0 EA                         800 EA                               3,000 EA

    The best value tradeoff source selection procedures will be in accordance with the DoD Source Selection Procedures dated August 20, 2022. The trade-off will allow for an integrated assessment of PDMs, past performance, and a fair and reasonable price to determine the best value to the Government. Passing PDMs and Past Performance when combined are more important than cost or price. As other evaluation factors become more equal, the evaluated price becomes more important. Refer to Section L and Section M for evaluation factor details. Offerors are advised that if they take exception to any of the terms and conditions in the solicitation, their offer may be excluded from consideration of award.

    The solicitation’s Non-Cost/Price Evaluation Factors, Sub-factors, and Sub-elements (listed in order of importance):

    A. Evaluation Factor: product demonstration models (PDMs) (All sub-factors are of equal importance)

         i. Evaluation Subfactor:

              1. Visual Requirements

              2. Dimensional Requirements

    B. Evaluation Factor: past performance – performance confidence assessment (All sub-factors are of equal importance)

         i. Evaluation Subfactor:

              1. Recency

              2. Relevance

              3. Past Quality of Products

                   a. Sub-element: Past Quality

                   b. Sub-element: Past Delivery Performance

       1. Product Demonstration Model (PDM) Requirement: Two (2) set (SE) of Carrier, Radio Set, MOLLE, HMS Manpack Radio (NSN 8465-01-718-3331) shall be examined for visual and dimensional requirements. For PDM purposes, all sewn-in labels shall be sized to the requirements but left blank and are for placement purposes only.

            a. NOTE: No alternate materials shall be used – the only exception is color. All color substitutions shall be called out and must include drawing number and find number of component or otherwise will be classified as a defect. 

       2. Past Performance Evaluation: Offeror’s record of past performance must be returned with complete information provided in accordance with Section L of the subject solicitation.

       3. Price Evaluation: All offered prices will be evaluated against the requirements of the solicitation. The offered prices (and if requested with initial proposal or during discussions, cost or pricing data or information other than cost or pricing data) will be evaluated in accordance with FAR 15.4 to ensure that award will be made at fair and reasonable prices. Offeror must provide a unit price for each tier and NSN within Section B of the subject solicitation.

    FAT Requirement: 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, two (2) sample set (SE) shall be submitted of Carrier, Radio Set, MOLLE, HMS Manpack Radio (NSN 8465-01-718-3331) 60 days after the date of award. First article test samples will be examined for visual, dimensional, and fit (if applicable in accordance with the specification).

    All material shall be contractor furnished. Offerors are cautioned that all components must be of domestic origin in compliance with clause DFARS 252.225-7012 Preference for Certain Domestic Commodities.

    Production Lead Time (PLT): The production lead time for the first delivery order will be 90 days after FAT acceptance. All subsequent delivery orders will be 90 days after the date of order in block 3 of the delivery order(s).

    DLA Depots: Deliveries will be made to DLA’s third-party logistics (3PL) depots:

    1. UY0157 – Peckham Inc (Lansing, MI)
    2. UY0159 – LVI-OCIE SE Pendergrass Distribution Center (Pendergrass, GA)
    3. SD0131 – Travis Association for the Blind (Austin, TX)

    FAR clause 52.215-1, Instructions to Offerors - Competitive Acquisition is incorporated in this solicitation.

    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 and contract sections.

    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), 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.

    DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, PATTERNS and drawings on our contracting page (if patterns and drawings are available). NOTE: Commercial Items may not have patterns.

    To request technical data for DLA Troop Support Clothing and Textiles (DLA C&T) solicitations, use the following link to the DLA C&T Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx

    ***If you send a request alert the contract specialist via email so they can also track your request.***

    Key dates

    1. January 14, 2026Posted Date
    2. January 29, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    84--MOLLE HMS MANPACK RADIO AND COMPONENTS 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.