Parka, Navy Working Uniform (NWU), Woodland Camouflage, Type III
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 Parka, Navy Working Uniform (NWU), Woodland Camouflage, Type III under solicitation number SPE1C1-26-R-0066. This is an Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price contract with an estimated maximum value of $9.9 million. This opportunity is a Total Small Business Set-Aside. Proposals and Product Demonstration Models (PDMs) are due by April 27, 2026, at 3:00 PM EST.
Scope of Work
This solicitation is for the procurement of the Navy Working Uniform (NWU) Woodland Camouflage, Type III Parka, NSN Series: 8415-01-573-4754, PGC: 03612. The parkas must adhere to the detailed requirements outlined in NCTRF PD 04-09C, which specifies design features such as a collar with drawcord, stowed hood, water-resistant fasteners, multiple pockets, adjustable wrist tabs, and an interoperable slide fastener for a liner. Materials must be laminated, waterproof, and moisture vapor permeable cloth (PTFE membrane, nylon face, knit backing), with specific reinforcement for elbow patches. Construction details, including stitch types and seam sealing, are also specified. The cloths themselves must meet requirements in NCTRF PD 06-11, covering composition, color, pattern, and physical properties like tear resistance, hydrostatic resistance, and moisture vapor transmission.
Contract & Timeline
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price
- Ordering Period: 12 months
- Estimated Maximum Value: $9,900,000.00
- Minimum Guaranteed Quantity: 9,000 EA
- Annual Estimated Quantity (AEQ): 36,000 EA
- Set-Aside: Total Small Business Set-Aside (FAR 6.203)
- Proposal & PDM Due: April 27, 2026, 3:00 PM EST
- Proposal Validity: 180 calendar days
- Published Date: March 26, 2026
Submission & Evaluation
Offerors must submit proposals via the DLA Internet Bid Board System (DIBBS). Email offers are not authorized for initial submissions. Four (4) Medium-Regular size Product Demonstration Models (PDMs) are required and must be received by the closing date and time. Partial proposals (PDM only or solicitation package only) will not be evaluated. Evaluation will use Best Value Source Selection procedures, where the Technical Proposal (including PDMs and Past Performance) is significantly more important than price. PDMs will be rated Outstanding, Good, Acceptable, Marginal, or Unacceptable. Past Performance will be assessed on Recency, Relevancy, and Quality.
Key Requirements & Notes
Compliance with the Berry Amendment and Buy American Act is mandatory. Award consideration requires SAM registration and a NIST SP 800-171 assessment. Electronic invoicing via WAWF and an ECA certificate for VIM are also required. Bidders must adhere to DLA Troop Support Clothing & Textiles Additional Quality Assurance Requirements (AQAR) and implement item-level passive RFID tagging as per the provided guidance. Detailed Bill of Materials (BOM) data for material estimation is available in NCTRF PD 04-09 SQIN.