Mock T, Working Jersey (PGC 03289)
ID: SPE1C1-25-R-0082Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORTPHILADELPHIA, PA, 19111-5096, USA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the procurement of Mock T, Working Jerseys under Solicitation No. SPE1C1-25-R-0082. This contract, set aside for small businesses, requires the submission of proposals and Product Demonstration Models by June 16, 2025, at 3:00 PM EDT, with a focus on compliance with technical specifications and quality assurance standards. The jerseys, intended for military personnel, must meet specific material and construction requirements, including the use of durable, moisture-wicking fabrics, and adherence to the Berry Amendment for domestic production. Interested parties can contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Roxane Owen at roxane.owen@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The DLA Troop Support's "Additional Quality Assurance Requirements" document outlines comprehensive quality assurance processes for contractors supplying clothing and textiles to the government. The structure is divided into several sections detailing general requirements, inspection protocols, quality testing mandates, and final examination obligations. Key topics include the contractor's obligations to obtain technical data, follow testing protocols, and ensure product compliance with government standards. Lot formation and integrity, as well as the necessity for certifications such as DD Form 1222, are emphasized to maintain traceability and quality. The document also stipulates specific requirements for testing at approved facilities, government furnished materials, and environmental safety concerning toxicity. The detailed nature of the document reflects the government's commitment to ensuring high standards in procurement processes essential for military readiness. This file serves as a significant guideline for contractors participating in government RFPs, enhancing accountability and quality assurance in federal contracts.
    The NCTRF-PD 14-06A document outlines the specifications for a long sleeve, pullover mock turtleneck jersey intended for U.S. Navy personnel. This jersey serves as an insulating layer to be worn with the Navy’s Men’s Service Dress Blue Jumper and Working Uniform. It specifies sizes from X-Small to XXX-Large and details the necessary materials and construction methods, emphasizing the use of a durable, moisture-wicking fabric treated with anti-microbial properties. Key materials include a circular knit fabric composed of 66% nylon, 19% polyester, and 15% spandex, with stringent performance requirements for absorbency, colorfastness, and durability. The document also sets out rigorous inspection and quality assurance provisions, including first article inspections, to ensure compliance with design and construction standards. Additional requirements include labeling, packaging guidelines, and the use of recycled materials wherever feasible. The document reflects the Navy's commitment to high-quality apparel for its personnel, detailing clear standards for manufacturers. It also provides references for applicable documents, testing methods, and material verification processes, supporting the procurement objectives in alignment with government contracting practices.
    The document lists various sizes of a specific mock working jersey, identified by their National Stock Numbers (NSNs). The sizes range from Extra Small (NSN 8415-01-540-0239) to Triple Extra Large (NSN 8415-01-540-0352). Each size is associated with its respective NSN, which is typical for inventory management in governmental contexts. The mention of the mock T, identified as Working Jersey - PGC 03289, indicates its intended use, likely for personnel within the government or military sectors. This document is relevant for federal RFPs or grants where apparel procurement may be needed, serving as a reference for suppliers to understand the underlying requirements for sizes and items listed. Overall, it emphasizes the structured approach to cataloging necessary items in government procurement processes, facilitating efficiency and compliance in obtaining standardized clothing items.
    The "Item-Level Passive RFID Technology Manufacturer’s Information Guide" outlines the implementation of passive RFID (pRFID) systems for military uniform manufacturing, aimed at improving asset tracking and operational efficiency within the supply chain. The document details a step-by-step process for integrating pRFID technology into manufacturing practices, covering essential tasks from downloading contract data to the final upload to the Wide Area Work Flow (WAWF) system. It emphasizes the importance of accurate tag printing, attachment methods, and case validation to ensure seamless tracking of items throughout the military clothing supply chain. The guide also encourages manufacturers to adopt best practices and lessons learned from previous implementations while establishing a project team and considering procurement strategies via Request for Proposals (RFPs) to engage pRFID solution providers. Overall, it serves as a comprehensive resource for manufacturers aiming to leverage pRFID technology to enhance production processes and meet defense logistics requirements effectively.
    This document outlines an amendment to a federal solicitation related to contract SPE1C125R0082. The amendment primarily serves two key purposes: it corrects previous contractual provisions and provides updates to the terms of the existing contract. It specifies changes to the maximum contract quantity, replacing "203,250 EA" with "60,012 EA," as well as adjusting the ordering period from "5 years after date of award" to "1 year after date of award." The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, underscoring the importance of timely communication in the procurement process. Overall, this modification is an administrative one aimed at clarifying project specifications and timelines within the government contracting framework, ensuring compliance with established procurement regulations.
    The document details an amendment to a government solicitation/contract identified by Contract ID Code 0002 and Amendment/Modification No. (as referenced). It addresses changes that impact the terms of the contract, specifically updates to clauses, and provides respondents with guidance on acknowledging receipt. Key modifications include the removal of certain clauses, updates to the Drug-Free Workplace clause in alignment with revised regulations, and the inclusion of guidelines on sustainable products and services. The changes affirm that all other terms and conditions of the contract remain effective. This amendment is part of routine adjustments in federal procurement processes, ensuring compliance with current standards and regulations within government contracts. The document’s structure includes identification of contract details, modification procedures, and annotations of specific changes, which are crucial for contractors to accurately understand their obligations and the expectations set forth in government solicitations.
    The document is a modification notice regarding a federal contract amendment under the ID SPE1C125R0082. It outlines changes to the shipping container specifications, replacing "SHIPPING CONTAINER = 72" with "SHIPPING CONTAINER = 36." The amendment does not extend the date for receipt of offers, nor does it change the overall terms and conditions of the contract, which remain intact. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered. The modification process follows guidelines set forth in the Federal Acquisition Regulation (FAR). This document reflects administrative adjustments necessary for clarity in contract specifications, emphasizing the importance of precise compliance in federal contracting processes.
    The government document outlines a Request for Proposal (RFP) for the procurement of Mock T, Working Jerseys, under contract number SPE1C1-25-R-0082, with the intention to award an Indefinite Delivery/Indefinite Quantity Firm-Fixed Price contract over a one-year period. The solicitation emphasizes the requirement for small business participation and includes stringent instructions for submission, including a deadline of June 16, 2025, at 3:00 PM EST. Offerors must submit proposals through the DLA Internet Bid Board System (DIBBS) and include Product Demonstration Models (PDMs) for evaluation. Key evaluation criteria adhere to a Lowest Price Technically Acceptable method, where compliance with technical specifications is essential. The document mandates that all products meet the Berry Amendment, ensuring materials are produced domestically. Additionally, it includes guidelines for electronic invoicing via the Virtual Item Manager (VIM) system and stipulates compliance with the Patient Protection and Affordable Care Act in cost proposals. To ensure compliance, contractors must register with the System for Award Management (SAM) and adhere to ethical conduct requirements. The document underlines the importance of timely submissions, specifying penalties for late offers and outlining the contract’s quality assurance parameters, which necessitate detailed testing and evaluation of materials. This solicitation reflects the government's commitment to transparency, efficiency, and adherence to federal procurement standards.
    The document outlines procurement specifications for a "Working Jersey (Mock Turtleneck)" identified by NSN 8415-01-540-0241, detailing material requirements, quality assurance measures, and testing methods mandated by the Defense Logistics Agency (DLA). It incorporates standards for fabric properties, including weight, stretch, colorfastness, and antimicrobial treatments. The document stipulates severe guidelines for shade evaluation, with implications for acceptable quality levels (AQLs) and specific testing procedures for materials. It emphasizes compliance with military specifications for packaging and labeling, including temperature and humidity conditions for testing. Further, it mandates the use of RFID technology for tracking, alongside compliance with international wood packaging standards. The document is structured to guide suppliers through the procurement process, ensuring that all materials meet stringent military quality and safety requirements. Overall, the purpose of this document is to ensure that the procurement of specified uniforms aligns with Department of Defense standards while maintaining high levels of quality control and compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MC & NWU APECS Trousers
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Marine Corps and Navy Working Uniform All-Purpose Environmental Clothing System (APECS) trousers. This solicitation, designated SPE1C1-25-R-0103, includes specific requirements for three types of trousers: Woodland Camouflage Class 1 for the Marine Corps, and Desert and Woodland Camouflage for the Navy, with strict adherence to military specifications and quality assurance standards. The trousers are critical for military personnel, providing essential environmental protection and operational functionality. Interested HUBZone small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 22, 2025, at 3:00 PM EST, including Product Demonstration Models and compliance with various federal regulations. For further inquiries, contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL.
    Hat, Service, Man's Drill Instructor Hat
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified small businesses to manufacture and deliver the Man's Drill Instructor Hat, as outlined in Solicitation No: SPE1C1-25-R-X013. This procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total of five pricing tiers, each spanning 12 months, and a guaranteed minimum order of 1,344 units, with an estimated annual quantity of 5,364 units per tier. The hats must be produced in accordance with specific material and quality standards, including being 100% U.S. made, and will be evaluated based on technical merit, past performance, and price. Interested parties should contact Justin Barcoski at Justin.Barcoski@dla.mil for further details, and the solicitation will be available on DIBBS and sam.gov, with submissions required by the specified deadlines.
    Shoe, Men’s Poromeric
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of Men's Poromeric Shoes under solicitation SPE1C1-25-R-0116. This opportunity involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a three-year base term, requiring a minimum quantity of 34,323 pairs and an estimated annual quantity of 137,292 pairs, with a maximum of 514,845 pairs over the contract's life. The shoes must meet specific technical and quality requirements, including domestic production for certain components, adherence to rigorous testing standards, and detailed packaging and labeling specifications to ensure traceability and quality assurance. Interested vendors should contact Michael Curry at michael.curry@dla.mil or 215-737-7018 for further information, and proposals must be submitted via the DLA Internet Bid Board System (DIBBS) by the specified deadlines.
    3-Season Sleep System & Components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of a 3-Season Sleep System and its components. This opportunity includes a complete system, sleeping bags, and various components, with specific National Stock Numbers (NSNs) and interchangeable quantity requirements outlined for each item. The procurement is significant for military operations, providing essential sleeping gear for troops, and will be solicited in two equal lots, with one lot set aside for small businesses and the other unrestricted, emphasizing a preference for HUBZone small business concerns. Interested vendors should prepare to submit a Product Demonstration Model and certified test reports as part of their proposals, with the solicitation expected to be posted on the DLA Internet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Turkessa Cook-Muhammad at turkessa.cook@dla.mil or Maria Sesso-Punzo at maria.sesso-punzo@dla.mil.
    Men and women's short and long sleeve dress shirts, Space Force
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is planning to acquire men’s and women’s short and long sleeve dress shirts for the Space Force. The procurement includes four specific shirt types, with a total estimated quantity ranging from 14,968 to 157,148 units over a 36-month contract period, which will be set aside exclusively for small businesses under the NAICS code 315250 for Cut and Sew Apparel Manufacturing. These shirts are essential for military personnel, emphasizing the need for domestic manufacturing as per the Berry Amendment, and the solicitation will be available on DIBBS and beta.sam.gov. Interested vendors should contact Kimberly Sabo at kimberly.sabo@dla.mil for further details and to ensure compliance with registration requirements.
    MOLLE 4000 RUCKSACK SET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking to procure the MOLLE 4000 Rucksack Set, as authorized by the solicitation SPE1C1-23-R-0015. This procurement aims to fulfill the need for individual equipment essential for military operations, with the potential for one additional contract award under the same solicitation in the future. The awarded contracts include SPE1C1-23-C-0006, SPE1C1-23-C-0007, SPE1C1-23-C-0008, and SPE1C1-23-C-0009, highlighting the importance of this equipment in supporting troop logistics. For further inquiries, interested parties can contact Catherine Dillon at 215-737-2497 or via email at Catherine.Dillon@dla.mil.
    Air Force and Space Force Dress Coats Synopsis
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified contractors for the acquisition of Air Force (AF) and Space Force (SF) dress coats. This procurement involves two separate lots: Lot 1 is a total small business set-aside for AF Men's and Women's Coats, while Lot 2 is an unrestricted competition for both AF and SF coats. The selected contractors will enter into Indefinite Delivery, Indefinite Quantity, Firm Fixed Price contracts with a performance period of up to 60 months, requiring all items to be 100% U.S. made and adhere to Berry Amendment restrictions. Interested parties should contact Coraliz Feliciano at Coraliz.Feliciano@dla.mil or 215-737-2370 for further details, with solicitations expected to be posted on DIBBS and sam.gov.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    83--FLY,TENT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fly tents, specifically NSN 8340001026370, under a total small business set-aside. The solicitation includes five lines, each requiring a quantity of 90 units to be delivered to the DLA Distribution San Joaquin within 166 days after order (ADO). These tents are essential for military operations, providing shelter and protection in various environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    VARIOUS ITEMS TO BE ETCHED, PRINTED OR ENGRAVED
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting market research to identify potential suppliers for various items to be etched, printed, or engraved, including clothing and accessories such as jackets, hoodies, and speakers. The procurement includes a total of 950 Women's Carhartt Jackets, 242 Helly Hansen Waterproof Jackets, and other items totaling over 4,000 units, all requiring specific lettering ("PSNS & IMF PDQ") to be applied in Times New Roman font. This initiative is crucial for ensuring the availability of specialized clothing and gear for military personnel, with responses to the sources sought notice due by 10:00 a.m. PST on December 19, 2025. Interested vendors should submit their capability statements to Naomi Larson at naomi.larson@dla.mil, as there is no solicitation at this time.