Female Drill Instructor Hats
ID: SPE1C124Q0418Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

OUTERWEAR, WOMEN'S (8410)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the manufacture and delivery of female drill instructor hats, specifically the Hat, Drill Instructor, AG 489 Female (PGC 02206). The procurement requires that the hats be produced in accordance with the A-A-50072B – 19 SEP 2022 specifications, utilizing 100% domestic materials, with an estimated delivery order quantity of 2,880 units across three monthly shipments starting 120 days post-award. This initiative is crucial for ensuring uniformity and compliance with military standards for female personnel, emphasizing quality control and adherence to environmental considerations. Interested manufacturers should contact Megan Wherrity at megan.wherrity@dla.mil or call 215-737-5603 for further details, as the solicitation will be posted on Dibbs and beta.sam.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for producing women's drill instructor hats, detailing measurement requirements and material usage patterns. The pattern date is July 23, 2009, with the final production completion marked on October 24, 2019. The document states that a waste marker was made on 59" width cloth, yielding a Bill of Materials (BOM) average of 0.317 yards per hat, with a special measurement of 0.389 yards, reflecting a waste factor of 23.77%. Additionally, the document provides specific BOM measurements for various sizes, stating that small hats require 0.296 yards, while 2XL hats need 0.354 yards. The document is structured using size specifications and the associated BOM measurements, which are crucial for potential RFP or grant proposals related to production processes and material efficiency. Through these specifications, the document serves as a guide for manufacturers aiming to comply with set standards in fabric use and waste management.
    The document provides specifications regarding the dimensions of a Hat Box, likely as part of a government RFP or grant proposal. It includes a coded format indicating width and length measurements, essential for evaluating and standardizing products in procurement processes. The mention of "LEAD EDGE" and "SW" could suggest particular usage contexts or design elements relevant to government contract requirements. While the information appears limited and technical, it implies a necessity for precision in dimensions when submitting proposals or securing funding for related projects. Ultimately, the summary reflects the importance of detailed specifications in government procurement, ensuring compliance with standards crucial for operational use.
    The document outlines specific packaging and shipping requirements for a federal RFP (Request for Proposal) related to the procurement of hats. Key specifications include the necessity for hats to be packaged individually in wooden boxes that meet defined dimensions and constructed using specific materials. Each carton must contain 12 hats, with three cartons per skid, emphasizing the importance of palletization for efficient shipping. Crucially, all wood packaging materials (WPM) must comply with the International Standards for Phytosanitary Measures (ISPM) 15, ensuring proper treatment and certification to meet regulatory standards. The guidelines prohibit the use of metal banding and stipulate that pallets must have specific entry designs and dimensions, while cartons must not exceed one National Stock Number (NSN) per carton. Moreover, any discrepancies in quantities must be clearly marked. Adherence to MIL-STD-147 for palletized loads and clauses regarding wood treatment underscores the U.S. Department of Defense's (DOD) stringent requirements for packaging materials. Overall, the document serves to ensure compliance with packaging standards, enhancing the government’s logistics and supply chain operation efficiency.
    The document outlines the Commercial Item Description (CID) for a service hat designated for female Department of Defense personnel, specifically the "Hat, Service, Woman's, Drill Instructor." Its specifications include a polyester/wool composition, diverse sizing from X-Small to XX-Large, and specific construction features such as a stiff crown, quilted design, and a distinctive chin strap. Material requirements entail conforming to military standards with specific colors, primarily Army Green 489. Quality control measures are detailed, indicating expected workmanship, toxicity considerations, and visual exam protocols for defects. Each hat must include a size and identification label alongside a bar-coded hang tag, facilitating inventory tracking. The CID stresses environmental considerations, encouraging the use of sustainable materials where feasible. The document serves as a comprehensive guideline to manufacturers responding to government procurement, ensuring the product meets military specifications while also adhering to broader legislative standards. It allows for systematic inspection and compliance checks to ensure the final output aligns with the specifications set forth by the government. With a focus on practical usability for military women, the CID ultimately aims to enhance uniformity and effectiveness in military apparel.
    The document outlines specifications and requirements for the procurement of the Army Green #489 typical woman's drill instructor hat, adhering to A-A-50072B standards as of September 2022. It details inspection and acceptance guidelines, including packaging standards by DLA, and specifies that the hats must be packed in individual wooden boxes with specific dimensions. All wood packaging materials must comply with ISPM 15 to ensure proper treatment and certification, preventing potential issues upon cargo entry. Additionally, it mandates the inclusion of RFID inlays within hang tags for each item, detailing specifications for RFID technology compliance. Various defect criteria are indicated for inspection purposes, such as missing or incorrect markings, and RFID readability. Furthermore, the document includes obligations regarding palletization, loading specifications, and carton management. Compliance with MIL-STD-147, which governs palletized loads, is also emphasized, ensuring uniformity in shipping and handling practices. Overall, the document serves as a guide for contractors regarding quality control and shipping requirements, facilitating the effective and compliant procurement of military attire for the Department of Defense.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    25--PARTS KIT,CARGO HAT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for a Cargo Hat, identified by NSN 2510016909492. The requirement includes a single unit to be delivered to SRF and JRMC Yokosuka within five days after award. This parts kit is crucial for maintaining vehicular equipment components, ensuring operational readiness and support for military personnel. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Boot, Army Combat Hot Weather, Improved
    Active
    Dept Of Defense
    The US Department of Defense is seeking proposals for the manufacture and supply of improved hot weather army combat boots, with three distinct lots encompassing different quantity requirements. These boots are designed for military operations in demanding environments, and the solicitation aims to award three separate contractors for each lot. The first lot, unrestricted, requires a minimum of 39,986 and an annual estimated quantity of 119,958 boots, with a maximum of 549,809 over a 12-month period. Lot 0002, designated for small businesses, has a minimum and annual estimate of 18,176 boots, and a maximum quantity of 249,913. Lot 0003, also for small businesses, requires a minimum of 14,540 and an annual estimate of 43,621, with a maximum of 199,930 boots. The selected contractor will need to adhere to the detailed requirements outlined in the GL-PD-21-12 specification, which encompasses design, material, and performance standards. The partial speed lace system, removable inserts, and drainage features are crucial for military personnel in diverse climates. Interested parties should register on the DLA Internet Bid Board System (DIBBS) to access the solicitation and submit proposals accordingly. Kristy DeRitis at kristy.deritis@dla.mil or 2157372479 can provide further details. The opportunity boasts a substantial funding limit of over $24 million. Key Deadlines: Registration on DIBBS for solicitation access: Ongoing Proposal Submission Deadline: To be determined via DIBBS.
    84--MODIFICATION KIT, HELM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Modification Kit for Helmets, identified by NSN 8475014424791. The solicitation includes multiple line items with varying quantities, all to be delivered to Peckham Inc., with delivery timelines ranging from 90 to 120 days after order. These kits are crucial for ensuring the operational readiness and safety of military personnel by providing necessary modifications to helmet equipment. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Flyer’s Helmet, Apache
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting a Sources Sought announcement to identify qualified contractors capable of providing the Flyer’s Helmet, Apache, which is essential for military aviation operations. This request for information (RFI) aims to gather insights on the availability and capability of suppliers to meet the specific requirements for this specialized apparel item, identified by NSN 8415-01-676-9119 and part number A12872-13. The procurement is critical as it involves export-controlled technical data, necessitating compliance with ITAR and EAR regulations, and requires contractors to have an approved US/Canada Joint Certification Program (JCP) certification. Interested parties must submit their responses, including company details and capability statements, by October 7, 2024, to the designated contacts, Alex Salim and Maria Aguayo, via email.
    42--FIREMAN'S HELMET
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 650 units of FIREMAN'S HELMET, identified by NSN 4210016252932. This solicitation is a Combined Synopsis/Solicitation set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of these helmets for fire and rescue operations within military contexts. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 54 days after the award date, and specifications or drawings are not provided.
    Shroud Face and Neck Wildland Firefighters Yellow
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking manufacturers for the Shroud Face and Neck Wildland Firefighters Yellow, designated by NSN: 8415-01-483-6075. This procurement involves the manufacture and delivery of specialized clothing, with a guaranteed minimum order of 650 units and an annual estimated quantity of 2,600, up to a maximum of 22,000 units over a five-year period. The selected vendor must comply with National Fire Protection Association (NFPA) Standard 1977 and ISO 9001 certification, with First Article Testing required for three units. The solicitation is expected to be released in September 2024, and interested parties can contact Matthew Porreca or Jessica Reilly via email for further information.
    Personal Promotional Item - Hooded Sweatshirts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of hooded sweatshirts under Solicitation No. W9124D24R0097. The sweatshirts must be USA-made, constructed from an 8oz heavy fabric blend of 50% USA-grown cotton and 50% polyester, featuring a double-lined hood, color-matching drawstring, and double needle stitching for durability. This procurement is significant as it supports the uniform needs of the ROTC, U.S. Army, and Army Reserves, while ensuring compliance with the Berry Amendment, which mandates the use of domestically sourced materials and labor. Interested contractors must submit their proposals by 1 PM on September 22, 2024, and can direct inquiries to Madison Dercqu at madison.d.dercqu.civ@army.mil or Heather Green-Trueblood at heather.l.green-trueblood@army.mil.
    Boot, Safety, General Purpose and Flight Deck, Men and Women, Black (I5 Boot)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for the procurement of Safety Boots, specifically the Black (I5 Boot), designed for both men and women. These boots must comply with stringent Navy certifications and specifications, including the use of full-grain leather and a rubber outsole resistant to oil and jet fuel, as outlined in the purchase description NU-PD 21001A. The boots are critical for ensuring the safety and performance of Navy personnel in various operational environments. Interested vendors should note that the solicitation (SPE1C1-24-R-0070) includes two lots, with specific requirements for small business participation, and must submit samples and documentation for evaluation. For further inquiries, potential offerors can contact Michael Curry at michael.curry@dla.mil or Kevin S. Peoples at kevin.peoples@dla.mil, with the submission deadlines and additional details specified in the solicitation documents.
    20--DOG ASSEMBLY,HATCH
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 522 units of the Dog Assembly, Hatch (NSN 2040014906774). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of 78 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    1730 - Drum Entrance Unit
    Active
    Dept Of Defense
    The Department of Defense is issuing a pre-solicitation notice for a forthcoming federal contract to supply and deliver Drum Entrance Units to the Defense Logistics Agency (DLA) Troop Support in Philadelphia, PA. This acquisition is specifically for National Stock Number (NSN) 1730-01-412-5655 (Part Number: 223F336), which is a sole source contract limited to General Dynamics, Ordnance and Tactical Systems, Inc. The contract will be firm-fixed priced with a definite quantity and two optional quantity increases of 50% and 100%. The maximum contract value is estimated at $1,570,000.00, with delivery terms set at FOB Origin with Inspection/Acceptance at Destination. Important amendments to note: Amendment 0003 extends the solicitation deadline to September 10, 2024, Amendment 0002 updates instructions for proposal submission on SF 33, and Amendment 0001 provides a copy of the redacted Justification and Approval (J&A). Interested vendors must submit quotes through the DLA Internet Bid Board System (DIBBS) by the revised deadline. The solicitation will outline the terms and conditions, and vendors must conform to the Buy American Act requirements. The contract award will be based on the lowest conforming price submitted. Deadlines: Solicitation Release: June 25, 2024 (estimated) Quote Submission: July 25, 2024 at 3:00 PM EDT (extended per Amendment 0003) Primary Contact: Asheai Patterson, email: Asheai.Patterson@dla.mil, phone: 2158734419 Secondary Contact: Tiffany McFadden, email: tiffany.mcfadden@dla.mil, phone: 2157377940 Please note that this pre-solicitation notice is not a request for proposals and does not obligate the government to issue a formal solicitation or enter into a contract. The estimated release date is subject to change. Vendors are advised to monitor the DIBBS website for the official solicitation document.