Skip to content
Department of Defense

Sock Black Athletic

Solicitation: SPE1C126R0034
Notice ID: d48114e0d26e41eca19ff664ece8a639

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 26, 2026. Industry: NAICS 315120 • PSC 8415.

Market snapshot

Awarded-market signal for NAICS 315120 (last 12 months), benchmarked to sector 31.

12-month awarded value
$128,100
Sector total $957,577,460 • Share 0.0%
Live
Median
$128,100
P10–P90
$128,100$128,100
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($128,100)
Deal sizing
$128,100 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 GA
Live POP
Place of performance
Pendergrass, Georgia • United States
State: GA
Contracting office
Philadelphia, PA • 19111-5096 USA

Point of Contact

Name
Arlett Hartie
Email
ARLETT.HARTIE@DLA.MIL
Phone
Not available
Name
Krysta Le
Email
Krysta.Le@dla.mil
Phone
4457373559

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 315120

Description

ITEM: SOCKS, BLACK, ATHLETIC

PGC 00338, NSN: 8415-01-692-2228(s) PR

Specification/PD: CID GL-PD-20-07, dated October 28, 2020

RFP SPE1C1-26-R-0034 will be utilized for the purchase of item SOCKS, BLACK, ATHLETIC.

 A Solicitation is being issued for the purchase of the SOCKS, BLACK, ATHLETIC.

ITEM: SOCKS, BLACK, ATHLETIC

PGC 00338, NSN: 8415-01-692-2228(s) PR

The Solicitation for the purchase of the Socks, Black, Athletic will result with the intent of the Government to award two contracts – a 50% portion (Lot 0001) award and a 50% portion (Lot 0002) award. The RFP and proposed contract(s) will be issued as 100% Small Business Set-Aside.  Only small business firms may submit offers for this acquisition. The Small Business Set-Aside will result in firm fixed price contract or contracts in accordance with FAR Part 12, Acquisition of Commercial Items. The resultant contract will be an award of a 60-month contract consisting of five (5) 12-month price tier periods. Each tier shall be for a 12-month period. 

This proposed buy will result in a negotiated Indefinite Delivery Type contract(s).  This acquisition is a 60-month contract consisting of five (5) 12-month price tier periods. The quantities will be as follows:

Quantity Total Acquisition:

Contract Guaranteed Min: 204,000 pair

Annual Estimated Quantity: 816,000 pair per tier

Contract Maximum: 5,100,000 pair all tiers combined

Lot 1: KT Min: 102,000 pair; KT Max: 2,550,000 pair all 5 tiers; AEQ per tier term: 408,000 pair

Lot 2: KT Min: 102,000 pair; KT Max: 2,550,000 pair all 5 tiers; AEQ per tier term: 408,000 pair

The resultant contract(s) will have a Five (5) year ordering period. Within the Five (5) year ordering period, there will be Five (5) 12-month price Tier periods.

This proposed buy will result in a negotiated Indefinite Delivery Type Contract(s). The quantities for the acquisition are listed above for the total acquisition.

This proposed buy will result with the intent of the Government to award two (2)  negotiated Indefinite Delivery Type contract.  Best Value / Trade Off / Source Selection Procedures will be utilized in making the proposed award(s), and as a result, Technical Proposals are required. Technical and Past Performance, when combined, are more important than cost or price. Evaluation factors are as follows in descending order of importance: 

  1. Product Demonstration Model (PDM) in accordance with CID GL-PD-20-07, dated October 28, 2020

 and

  1. Past Performance/Performance Confidence Assessment.

Evaluation of the PDMs will effectively indicate the contractor’s comprehension of the item’s technical requirements and their ability to manufacture the items in accordance with the Purchase Description.  Therefore, for this solicitation, alternate materials will NOT be permitted.  To ensure that the contractor can manufacture the item, the specified materials outlined in Purchase Description GL-PD-20-07, dated October 28, 2020, must be used.

Offerors will be required to submit a total of three (3) pair size medium Product Demonstration Models (PDMs) for the Socks, Black, Athletic from each proposed place of performance; a history of their experience/past performance record from the period three years prior to the solicitation closing date. PDMs and test reports must be submitted with offers and will be evaluated for conformance to the specifications.

The first Delivery Order is due to begin 90 days after award with 30-day increments and 90 days lead time for subsequent delivery orders with 30-day increments. Acquisition is FOB Destination to Pendergrass Distribution, Pendergrass, GA.

Inspection and Acceptance are at DESTINATION.

RFID is required at item, case and pallet as the items are in the Army Warfighter Recruit Bag.

All materials used to manufacture this item are to be furnished by the contractor.

All materials/components and manufacturing  shall be Berry Amendment compliant.

The applicable North American Industrial Classification System Code (NAICS) is 315120 – Apparel Knitting Mills. Small business size standards matched to industry NAICS codes are published by the Small Business Administration and are available at http://www.sba.gov/content/table-small-business-size-standards.

Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.

SPECIFICATION: CID GL-PD-20-07, dated October 28, 2020. Specification will be included at time of solicitation as an attachment.  Technical Data is included within Solicitation SPE1C1-26-R-0034.  Specification and Tech are included as an attachment to the solicitation document in SAM.gov and DIBBS. 

Solicitation is posted concurrently on https://www.dibbs.bsm.dla.mil/Solicitations/. Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/default.aspx. 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.gov) website. 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 Solicitation is also posted in SAM.gov simultaneously with this synopsis.

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.

DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, PATTERNS and drawings on our contracting page (if patterns and drawings are available).

NOTE: Commercial Items do not have patterns.  The item in this solicitation is considered commercial items and DO NOT have patterns or artwork for logos (should logos apply).

To request technical data for DLA Troop Support Clothing and Textiles (DLA C&T) solicitations, use the following link to the DLA C&T Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx.

Contracting Office Address:

700 Robbins Avenue

Philadelphia, Pennsylvania 19111-5096

Primary Point of Contact:

Arlett R. Hartie

Contracting Officer

Arlett.Hartie@dla.mil 

Phone: 484-674-5566                

Secondary Point of Contact:               

Krysta Le

Acquisition Specialist

Krysta.Le@dla.mil

Phone: 445-737-3559

Secondary Point of Contact:               

Mimi Pham

Acquisition Specialist

Mimi.Pham@dla.mil

Phone: 215-737-0316

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.