Skip to content
Department of Defense

MC Green and Blue Trousers

Solicitation: SPE1C1-26-R-TBDX
Notice ID: 112de9c9eeaf450aa3c18f6d55c4fb40
TypePresolicitationNAICS 315210PSC8405Set-AsideSBADepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedMar 25, 2026, 12:00 AM UTCDueApr 10, 2026, 07:00 PM UTCCloses in 1 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 10, 2026. Industry: NAICS 315210 • PSC 8405.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPE1C1-26-R-TBDX. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 315210 (last 12 months), benchmarked to sector 31.

12-month awarded value
$8,930,372
Sector total $1,866,982,109 • Share 0.5%
Live
Median
$152,372
P10–P90
$152,372$152,372
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($8,930,372)
Deal sizing
$152,372 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Philadelphia, Pennsylvania • United States
State: PA
Contracting office
Philadelphia, PA • 19111-5096 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260101 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+36 more occupation rates in this WD
Davis-Baconstate match
PA20260079 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Butler
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+32 more occupation rates in this WD
Davis-Baconstate match
PA20260097 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Mercer
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
Rate
TILE SETTER
Base $35.64Fringe $21.63
+31 more occupation rates in this WD

Point of Contact

Name
Eva Webb
Email
eva.webb@dla.mil
Phone
4457377597
Name
Coraliz Feliciano
Email
Coraliz.Feliciano@dla.mil
Phone
4457371250

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
TROOP SUPPORT CLOTHING & TEXTILE
Office
DLA TROOP SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5096 USA

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:

  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)

  1. 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:

  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)

  1. 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.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.