Pant, Running Suit, Marine Corps (MC)
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 Defense Logistics Agency (DLA) Troop Support is soliciting proposals for the procurement of Running Suit Pants for the U.S. Marine Corps (NSN: 8415-01-550-1677). This opportunity is a Total Small Business Set-Aside and will result in a Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals, including technical submissions and Product Demonstration Models (PDMs), are due by June 19, 2026, at 03:00 PM ET.
Scope of Work
This solicitation, RFP SPE1C1-26-R-0058, is for the acquisition of Running Suit Pants, Marine Corps, under Federal Supply Classification (FSC) Code 8415. Key requirements include:
- Manufacturing the pants according to Specification PD-08-06A, dated February 25, 2015.
- Furnishing all materials, with no alternate materials permitted; specified materials must be used.
- Implementing RFID at the item, case, and pallet levels.
- Requiring palletization for supplies.
- Adhering to the Berry Amendment, which mandates domestic origin for clothing and textile components.
- Delivery will be FOB Destination to Travis Association for the Blind, Austin, TX.
Contract Details
The DLA Troop Support intends to award a 60-month IDIQ contract, structured into five 12-month price tier periods.
- Contract Type: Firm Fixed-Price, Indefinite Delivery Type.
- Guaranteed Minimum Quantity: 10,800 pairs.
- Annual Estimated Quantity (AEQ): 43,200 pairs per tier.
- Maximum Quantity: 270,000 pairs over the 60-month contract duration.
- Delivery Schedule: The first delivery order is due 120 days after award, with subsequent orders requiring a 90-day lead time.
- First Article Submission: Waived.
- Inspection and Acceptance: At Origin.
Eligibility & Set-Aside
This acquisition is a Total Small Business Set-Aside, meaning only small business firms are eligible to submit offers. In accordance with DFARS 208.602-70, Federal Prison Industries (FPI) must be included in the solicitation process and their timely offers considered, as FSC 8415 is identified as a product category where FPI holds a significant market share.
Submission & Evaluation
- Offer Due Date: June 19, 2026, at 03:00 PM ET.
- Submission Method: Proposals must be submitted electronically via the DLA Internet Bid Board System (DIBBS).
- Required Submissions: Offerors must provide both a Technical Proposal and Product Demonstration Models (PDMs) with their initial offer. Four (4) pairs of size Medium PDMs are required for each place of performance.
- Evaluation Process: A Best Value / Trade-Off / Source Selection procedure will be utilized.
- Evaluation Factors (in descending order of importance):
- Product Demonstration Model (PDM) in accordance with PD-08-06A. An "Unacceptable" PDM rating will result in the offer being removed from consideration.
- Past Performance/Performance Confidence Assessment.
- Weighting: Technical merit and Past Performance, when combined, are considered more important than cost or price.
Important Notes
Offerors must be registered in SAM.gov. Specifications (PD-08-06A) and technical data are available as attachments to the solicitation on Beta.SAM.gov and DIBBS. Failure to comply with submission requirements may lead to rejection.