Duck Cloth
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Justice, Federal Prison Industries, Inc. has awarded a fixed-price, indefinite-delivery/indefinite-quantity contract for Duck Cloth to Snyder Manufacturing. This Total Small Business Set-Aside contract is valued at $684,950.00 over five years. The award was made on April 2, 2026, following a competitive solicitation.
Scope of Work
The contract covers the procurement of specific fabric types:
- CLOTH-DUCK-COTTON-CAMOGREEN483-64"W: Type II or IV, Class 2 or 3, conforming to USIFI-PRF-20696, camouflage green 483, 64" wide.
- CLTH,TY-II,CL-2,60W": MIL-PRF-20696, UNICOR PART # FAB1758, Type II, Class 2, OD Green, 60" wide. Both fabrics must be Berry Amendment compliant (domestic USA only) and comply with DFARS 252.225-7012. The contract includes a guaranteed minimum quantity of 17,000 yards and an estimated not-to-exceed quantity of 95,000 yards over its life.
Contract Details
- Contract Type: Fixed-price, Indefinite-Delivery/Indefinite-Quantity (IDIQ)
- Period of Performance: Five years (1 base year, 4 option years)
- Total Contract Value: $684,950.00
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Award Date: April 2, 2026
- Awardee: Snyder Manufacturing (3001 Progress St, Dover, Ohio, 44622-9640)
- Solicitation Number: CT2383-26
Evaluation
The award resulted from a competitive process that received six responsive proposals. Evaluation factors included technical aspects, past performance, and price, with technical and past performance being significantly more important than price. The solicitation required bid samples for evaluation.
Additional Notes
Offerors were required to complete a Business Management Questionnaire to demonstrate past contract experience and a Credit Release Authorization for financial assessment. An ACH Vendor Enrollment Form was also provided for payment setup. Registration in the System for Award Management (SAM.gov) was mandatory for all vendors. The original solicitation was issued on February 26, 2026, with proposals due by March 26, 2026.