Closed Solicitation · DEPT OF DEFENSE

    COLD WEATHER GLOVE SYSTEM

    Sol. SPE1C1-25-R-XXXXPresolicitationSet-aside: Partial Small Business Set-Aside (FAR 19.5)PHILADELPHIA, PA
    Closed
    STATUS
    Closed
    closed Aug 13, 2025
    POSTED
    Jul 29, 2025
    Publication date
    NAICS CODE
    315250
    Primary industry classification
    PSC CODE
    8415
    Product & service classification

    AI Summary

    The Department of Defense is seeking manufacturers for a cold weather glove system, including mitten liners and shells, through a pre-solicitation notice. The procurement will utilize Best Value Trade-Off Source Selection Procedures, with multiple awards anticipated for different lots. Interested parties should prepare for a competitive bidding process.

    Contract details

    Solicitation No.
    SPE1C1-25-R-XXXX
    Notice Type
    Presolicitation
    Set-Aside
    Partial Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 29, 2025
    Response Deadline
    August 13, 2025
    NAICS Code
    315250AI guide
    PSC / Class Code
    8415
    Issuing Office
    DLA TROOP SUPPORT
    Primary Contact
    CHARI FIX
    State
    PA
    ZIP Code
    19111-5096
    AI Product/Service
    product

    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

    Key dates

    1. July 29, 2025Posted Date
    2. August 13, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    COLD WEATHER GLOVE SYSTEM 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.