- 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
CUSTOM APPAREL (HOODIES) - DLA SAN JOAQUIN
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 05, 2026. Industry: NAICS 4581 • PSC 8415.
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
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 4581
Description
18 FEB 2026: SOLICITATION CANCELLED.
21 JAN 2026: AMENDMENT P00001 ISSUED.
SHIP TO ADDRESS:
DLA SAN JOAQUIN
25600 S CHRISMAN RD BLDG 101
TRACY, CA 95304
1. This request for quote is for custom hoodies with shipping to Defense Distribution Depot San Joaquin, Tracy, California.
2. Please provide a quotation based upon your best pricing, with any discounts offered to your best customers.
3. If any items or services quoted are "Open Market" items, they must be identified as such on the quote. Please let the undersigned know as soon as possible if additional time is needed to extend the due date for the RFQ.
4. Please respond to this RFQ by email or via GSA. Email response to: Michael Thompson at e-mail: michael.3.thompson@dla.mil no later than 3:00PM. (EST) February 5, 2026 (or sooner if possible) in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. All questions will be due no later than 01:00 p.m. (EST), January 27, 2026 (or sooner if possible) in order to be considered timely. Please contact Michael Thompson with additional questions at the above noted email address.
5. Please provide a quote for the line item(s) (CLINs) listed below. List Shipping as F.O.B Destination or F.O.B Origin. For F.O.B Destination: all Shipping Costs/other fees shall be included in the Line Item pricing. Failure to quote on all CLINs will render the quote unacceptable and ineligible for award consideration in the absence of discussions.
7. The NAFI requests the quote to be effective for 30 days after submission.
8. Evaluation and Award Factors.
The Offeror who is deemed responsible and responsive with the Lowest Priced, Technically Acceptable (LPTA) quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description or its equal. Quotes initially will be ranked from lowest to highest based on total price. The NAFI will then evaluate the three lowest priced quotes for Technical Acceptability. However, the NAFI reserves the right to evaluate additional quotes for technical acceptability if deemed to be in the best interest of the NAFI. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of total price. Award will be made to the responsible Offeror whose quote is the lowest evaluated price among technically acceptable quotes. The NAFI may use various price analysis techniques and procedures to ensure a fair and reasonable price. Examples of such techniques include, but are not limited to the following: comparison of proposed prices received in response to the RFQ, comparison of proposed prices to historical prices paid, whether by the Government or other than the Government, for the same or similar items.
Factor 1 - Technical Capability
Factor 2 - Delivery
A written notice of award or acceptance of an offer e-mailed or otherwise furnished to the successful Offeror shall result in a binding contract without further action by either party. Before the Offeror's specified expiration time, the NAFI may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
9. Brand Name or Equal. When using an "Equal product" to substitute the requested brand name product, the Offeror must include the following: (1) MFG name, (2) Part Number, (3) illustrations, and (4) literature or description (spec sheet) to support equal product substitution in your RFQ submission. Details of the requesting product to fulfill requirement must be met.
10. Payment Methods: Electronic funds transfer payments are available for processing invoices for this contract in accordance with the prompt payment act via the Automated Clearing House (ACH) network, subject to the rules of the National Automated Clearing House Association or via credit card procedures. Electronic funds transfer ACH payments will be processed on a Net 30 day basis or less if a payment
discounted is offered, e.g. 2% 10 days. Prospective Contractors shall include their desired payment method in their proposal/quote.
11. BUY AMERICAN CERTIFICATE.
(a) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the Offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Supplies."
(b) Foreign End Products.
This is a procurement by the Defense Logistics Agency NAF Contracting Office on behalf of the DLA San Joaquin Civilian Welfare Fund.
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.