Skip to content
Department of Defense

Shoe, Athletic, Men’s & Women’s (3 Types)

Solicitation: SPE1C1-26-R-0012
Notice ID: 9e49168feafb45d5bac456c669598805

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Industry: NAICS 316210 • PSC 8430.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$659,327,406
Sector total $659,327,406 • Share 100.0%
Live
Median
$157,798
P10–P90
$29,611$1,830,899
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($659,327,406)
Deal sizing
$157,798 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

Point of Contact

Name
Kristy DeRitis
Email
kristy.deritis@dla.mil
Phone
2157372479

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 316210

Description

Solicitation Number: SPE1C1-26-R-0012

Items: Shoe, Athletic, Men’s & Women’s (3 Types)

PGC(s): 01546, 01547, 01548, 01579, 01580 & 01581

The Shoe, Athletic Men’s & Women’s (3 Types) shall be manufactured in accordance with Purchase Description GL-PD-16-06 dated 16 March 2017. (see attachment)

Offerors interested in this procurement are required to submit samples for certification to the Army (see attachment). See below for a quick summary – the summary does not replace the Certification Plan, and it is the sole responsibility of the potential offeror to read the entire Certification Plan and comply with all instructions for Certification.

Athletic Shoe Certification:  

Offerors interested in the Shoe, Athletic, Men’s & Women’s (3 Types) – Lots 0001 & Lot 0002– must submit samples for both genders (Men’s & Women’s) and all 3 types to the Army Program Office in Natick, MA in accordance with the document titled “US Army Footwear Certification Program”. (See attachment to the pre-solicitation announcement)

Offerors must obtain certification from the Army for both genders (Men’s & Women’s) and all 3 types of the Athletic Shoe. Offerors must provide proof of certification (Certification Approval Letter) prior to DLA making an award decision, when the Government completes its evaluation for the Past Performance Confidence Assessment and Small Business Participation factors and price evaluation.

If the potential awardee has not obtained all Certification Approval Letters from the Army for both genders and all three types, the Government may exclude that offeror and may award to the next offeror in line for the award provided that they received all required Certification Approval Letters from the Army.

Summary of Certification Submission Requirements for the Shoe, Athletic, Men’s & Women’s (3 Types– Type I – Cushion or Neutral, Type II – Stability, & Type III – Motion Control) are as follows:

  • Samples:

Men’s:        

  • Five (5) whole sample pairs of size 10D (regular) per type (Type I, Type II, and Type III)
  • One (1) sample half pair cross-sectioned down the length of the shoe of size 10D (regular)

Women’s:  

  • Two (2) whole sample pairs of size 8B (regular) per type (Type I, Type II, and Type III)
  • Three (3) whole sample pairs equivalent of a Men’s 10D (regular) (e.g. Women’s 11.5D/wide or 12D/Wide depending on last – size should be based on the smallest Women’s size capable of fitting over a Men’s 10D last – these samples will be used for validation testing)
  • One (1) sample half pair cross-sectioned down the length of the shoe in size 8B (regular)
  • Test reports* for all Component Testing requirements (see Table VI of GL-PD- 16-06)
  • Test reports* for all End Item Testing requirements (see Table VIII of GL-PD- 16-06)

* Both Component and End Item Testing may be completed by the manufacturer of the component and/or end item.  Independent testing is not required at this time.

NOTE: Please refer to the document titled “US Army Footwear Certification Program” dated 21 June 2017 (see attachment) for ALL requirements for submission.  The above is only a summary. 

                                                                    *****************

Lot 0001 will be issued as Unrestricted and the quantity represents 60% of the Government’s requirement for the Shoe, Athletic, Men’s & Women’s. The quantities below are for a 36-month ordering period. Within the 36-month ordering period, there are three (one-year) price tier periods.

Lot 0002 will be issued as Unrestricted and the quantity represents 40% of the Government’s requirement for the Shoe, Athletic, Men’s & Women’s. The quantities below are for a 36-month ordering period. Within the 36-month ordering period, there are three (one-year) price tier periods.

Solicitation SPE1C1-26-R-0012 will be evaluated under Best Value Trade-Off Source Selection Procedures with the following evaluation factors (Past Performance Confidence Assessment and Small Business Participation) and price resulting in the best value to the Government. The Government intends to make two (2) awards to two contractors based on an integrated assessment of technical factors However, the Government reserves the right to make awards of multiple lots to the same awardee if it is deemed in the Government’s best interests.

All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As other evaluation factors become more equal, the evaluated cost or price becomes more important. Clause 52.219-4 will be included in the event a HUBZone concern offers on the solicitation.

-----------------------------------------------------------------------------------------------------------------------------

Quantities:

Lot 0001:

Lot 0001 will be issued as Unrestricted, and the quantity represents 60% of the total requirement.

PGC(s): 01546, 01547, 01548, 01579, 01580 & 01581

Lot 0001 will be issued as Unrestricted and the quantity represents 60% of the Government’s requirement for the Shoe, Athletic, Men’s & Women’s. The quantities below are for a 36-month ordering period. Within the 36-month ordering period, there are three (one-year) price tier periods.

                         Minimum       AEQ         Maximum 

Tier I                   33,966       135,864       

Tier II                                   135,864

Tier III                                  135,864        810,000

Total:                   33,966       407,592        810,000

The Minimum Quantity shall be 33,966 units for the life of the resultant contract. The Minimum Quantity may be ordered during any tier period or combination of tier periods. The Government may fulfill the Minimum Quantity by issuing a single delivery order or any number of delivery orders. However, in fulfilling the Minimum Quantity, the total dollar value expended by the Government shall not exceed the dollar value of the Minimum Quantity procured at the lowest unit price under the contract, hereafter referred to as the Guaranteed Minimum Dollar Value. The Government will be considered to have fulfilled its obligation to order the Minimum Quantity when the Guaranteed Minimum Dollar Value has been met.

The Annual Estimated Quantity (AEQ) is 135,864 for all three one-year periods.

The Maximum Quantity is 810,000 pairs.  The Government reserves the right to place orders for any combination up to the Maximum Quantity.

Note: Lot 0001 will request pricing for special measurements; sizes outside the stated tariff in the purchase description.

Lot 0002:

Lot 0002 will be issued as Unrestricted, and the quantity represents 40% of the total requirement.

PGC(s): 01546, 01547, 01548, 01579, 01580 & 01581

Lot 0002 will be issued as Unrestricted and the quantity represents 40% of the Government’s requirement for the Shoe, Athletic, Men’s & Women’s. The quantities below are for a 36-month ordering period. Within the 36-month ordering period, there are three (one-year) price tier periods.

                         Minimum       AEQ         Maximum 

Tier I                  22,644       90,576      

Tier II                                   90,576

Tier III                                  90,576          540,000

Total:                  22,644       271,728        540,000

The Minimum Quantity shall be 22,644 units for the life of the resultant contract. The Minimum Quantity may be ordered during any tier period or combination of tier periods. The Government may fulfill the Minimum Quantity by issuing a single delivery order or any number of delivery orders. However, in fulfilling the Minimum Quantity, the total dollar value expended by the Government shall not exceed the dollar value of the Minimum Quantity procured at the lowest unit price under the contract, hereafter referred to as the Guaranteed Minimum Dollar Value. The Government will be considered to have fulfilled its obligation to order the Minimum Quantity when the Guaranteed Minimum Dollar Value has been met.

The Annual Estimated Quantity (AEQ) is 90,576 for all three one-year periods.

The Maximum Quantity is 540,000 pairs. The Government reserves the right to place orders for any combination up to the Maximum Quantity.

Note: Lot 0002 will request pricing for special measurements; sizes outside the stated tariff in the purchase description.

For each lot:  The result will be a Firm Fixed Price contract. Initial Production Lead Time (PLT) is 240 days first delivery, and 210 days for subsequent/follow-up delivery orders.

The items will be procured on a F.O.B. Destination basis.

Inspection and Acceptance is at Origin.

Delivery of tariff sizes will be made to Austin, TX, Pendergrass, GA, and Lansing, MI.  The DoDAACs and addresses are listed below:

DoDAAC: SD0131

Travis Association for the Blind

AF & MC 3PL-Distribution Services

4512 South Pleasant Valley Road

Austin, TX  78744

DoDAAC: SC0150

LVI – Army 3PL

Pendergrass Distribution Center

596 Bonnie Valentine Way – Door 20-23

Pendergrass, GA 30567

DoDAAC: SD0119

Peckham Inc.

Navy & Coast Guard 3PL

5408 W. Grand River Ave. Bldg A

Lansing, MI 48906

Important Notices:

The Government reserves the right to perform conversions to the Shoe, Athletic, Men’s & Women’s (3 Types), with a similar construction due to military readiness requirements to support uniform changes.  Any conversion will be via bilateral modification and issued under (c) changes.

Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.   Offeror should register to receive notification of this solicitation or solicitation amendments. The solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at 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/.  Once the solicitation is posted, it will be available for viewing on DIBBS.  From the DIBBS homepage, select "Solicitations" from the top bar to search for the solicitation. DIBBS Help can be accessed from the DIBBS homepage.

Proposals submitted in response to the solicitation must be submitted through DIBBS electronic upload.

Important Note on Foreign Content:
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) 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.

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.