- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
MC Green and Blue Trousers
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 10, 2026. Industry: NAICS 315210 • PSC 8405.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 315210 (last 12 months), benchmarked to sector 31.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 102 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 315210
Description
Pre-solicitation Notice / Synopsis for Solicitation No: SPE1C1-25-R-XXXX
This pre-solicitation notice is for the purchase of the following items:
Lot 1:
- Item Description: United States Marine Corps Green Dress Trousers, PGC #02043
PD/CID/Spec: MIL-DTL-32747 dated 3 JUN 2025
Pattern Date: 3 AUG 2023
NSN: 8405-01-279-7671 (s)
- Item Description: United States Marine Corps Sky Blue Dress Trousers PGC: 02044
PD/CID/Spec: MIL-DTL-32747 dated 3 JUN 2025
Pattern 3 AUG 2023
NSN: 8405-01-280-0105 (s)
Lot 2:
- Item Description: United States Marine Corps Green Dress Trousers, PGC #02043
PD/CID/Spec: MIL-DTL-32747 dated 3 JUN 2025
Pattern Date: 3 AUG 2023
NSN: 8405-01-279-7671 (s)
- Item Description: United States Marine Corps Sky Blue Dress Trousers PGC: 02044
PD/CID/Spec: MIL-DTL-32747 dated 3 JUN 2025
Pattern 3 AUG 2023
NSN: 8405-01-280-0105 (s)
This acquisition will be issued will be issued for two (2) separate lots with a proposal of two (2) separate awards to two (2) separate contractors. These lots (Lot 1 and Lot 2) will be procured as total small business set-aside procurements. The negotiated method of procurement will be used and Best Value, Trade-Off Source Selection procedures will apply to permit the Government to award to firms that demonstrate the greatest probability of success and who will most likely perform in a manner which will best meet the Government’s stated requirements.
This procurement will result in two awards of Indefinite Delivery, Indefinite Quantity, Firm Fixed Price Type contracts with five-(5) pricing tiers where each tier period will be for a 12-month performance period resulting in 60-month contracts.
The quantities provided below are estimates and may change at the time of solicitation based on changes in demand and supply position.
Lot 01: Small Business Set-Aside
Combined Minimum Quantity is 25,662 each (EA)
Combined Annual Estimated Quantity (“AEQ”): 64,125 for each Tier period (Estimates: MC Green Trouser 36,567 EA and MC Blue Trousers 27,558 EA for each Tier period)
Combined Maximum Quantity is 513,000 trousers
Lot 02: Small Business Set-Aside
Combined Minimum Quantity is 25,662 each (EA)
Combined Annual Estimated Quantity (“AEQ”): 64,125 for each Tier period (Estimates: MC Green Trouser 36,567 EA and MC Blue Trousers 27,558 EA for each Tier period)
Combined Maximum Quantity is 513,000 trousers
For both Lots: Under the initial delivery order there will be three (3) monthly deliveries that will be required starting 120 days after the date of award with subsequent orders due in 90 days. The delivery destination for these items is Travis Association for the Blind located in Austin, TX 78744. Source Selection criteria will be used for award evaluation purposes in accordance with FAR 15.101-1. For award evaluation purposes technical merit is more important than price. Evaluation Factors for award are Product Demonstration Models (PDM), Past Performance Confidence Assessment, and Proposed Price in that order.
All items must be 100% U.S. Made out of 100% U.S. Materials.
Offerors will be required to submit a total of two (2) Product Demonstration Models (PDM) from each proposed place of performance: one (1) size 34 of the MC Green Trousers and one (1) size 34 of the MC Blue Trousers; and a history of their experience/past performance record from the period three years prior to the solicitation closing date. PDMs must be submitted with offers. Past Performance will be the most important evaluation factor, PDM(s) which will be evaluated for conformance to the specifications, followed by Price.
Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.
The Solicitation will be posted on DIBBS and sam.gov. Please check both.
Refer to the following when viewing solicitation on DIBBS:
The Solicitation will be posted on https://www.dibbs.bsm.dla.mil/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. A few highlights of the information that will be found include: 1. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process. 2. In order to register for access to secure portions of DLA DIBBS, the company you are representing must already be registered in the System for Award Management (SAM)(https://www.sam.gov). 3. A Commercial and Government Entity (CAGE) Code registration will be processed immediately. A User ID will appear on the registration screen and a password will be sent separately to the email address of the Super User. If a CAGE is already registered on DLA DIBBS, the name and email address of the Super User will be provided. The Super User should be contacted to set-up additional accounts, logons and passwords for their CAGE. DIBBS Super User * If your CAGE has already been registered on DIBBS, the name and email address of the person designated as your super user will be provided. * The representative who starts the DIBBS registration process has the option to accept their SAM registration POC as the DIBBS super user, or they can designate themselves or another person to act as the super user for the CAGE. * The super user acts as the account administrator for a CAGE. They can add up to ninety-eight (98) additional users, provide user IDs and passwords, modify existing users, and control the login status of each user for their CAGEs through My Account (Account Maintenance).
****The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as “The Berry Amendment”) impose restrictions on the DoD’s acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012) and “specialty metals” (as defined in DFARS clause 252.225-7014), including the materials and components thereof (other than sensors, electronics, or other items added to, and not normally associated with clothing), must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies.
NOTICE TO DLA SUPPLIERS: DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for this solicitation use the following link to the DLA Troop Support C&T Technical Data Repository area at:
http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx
Please ensure the following required fields are entered when submitting your request:
- Spec/Cid Number
- Spec/Cid Date
- Pattern Date
- Item Description
- Solicitation #: SPE1C1-25-R-XXXX
- Upon submission of a technical data request, please notify the Contract Specialists, Eva Webb Eva.Webb@dla.mil & Cory Feliciano Coraliz.Feliciano@dla.mil
The point of contact for subject acquisition is:
Eva Webb Eva.Webb@dla.mil & Cory Feliciano Coraliz.Feliciano@dla.mil ; Contract Specialists
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.