Skip to content
Department of Defense

AGSU Buckle

Solicitation: SPE1C1-26-R-0056
Notice ID: eed556d9e808449c800e2a9ac77b8530

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 13, 2026. Industry: NAICS 339993 • PSC 8315.

Market snapshot

Awarded-market signal for NAICS 339993 (last 12 months), benchmarked to sector 33.

12-month awarded value
$70,000
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$70,000
P10–P90
$70,000$70,000
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%($70,000)
Deal sizing
$70,000 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 • 19111 United States
State: PA
Contracting office
Philadelphia, PA • 19111-5096 USA

Point of Contact

Name
CHARI FIX
Email
Chari.Fix@dla.mil
Phone
4457372105
Name
Arlett Hartie
Email
ARLETT.HARTIE@DLA.MIL
Phone
Not available

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 339993

Description

NOTE: This is a pre-solicitation notice, not a solicitation.  The solicitation has NOT yet been issued. 

Solicitation: SPE1C1-26-R-0056
Item: AGSU Buckle, PGC 12174, NSN: 8315-01-683-9267

The AGSU Buckle will be procured in accordance with MIL-DLT-1963K, dated 29 July 1988.

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

This procurement is for the manufacture and delivery of the above-listed item. The solicitation, SPE1C1-26-R-0056, will be issued utilizing Best Value Trade-Off Source Selection Procedures where technical merit: Pre-Production Samples (factor 1) and Past Performance Confidence Assessment (factor 2). 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. The resultant contracts will be firm-fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract types.

LOT STRUCTURE: The solicitation will contain two separate and distinct lots. The Government intends to make two awards (one for each lot) to two separate and distinct contractors based on an integrated assessment of technical factors and price resulting in the best value to the Government to ensure that multiple sources are available to produce the items (AGSU Buckle) and to ensure the continuous availability of reliable sources of supplies. The offeror who is selected as the best value for one of the lots may be excluded from competition on the remaining lot based on the authority in FAR 6.202(a)(4). 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.

The Governments requirements for each lot are as follows:

LOT 1 and LOT 2 will be issued as 100% Small Business Set-Asides.

The quantities below for Item 1, Lot 1, are for a 60-month ordering period.  Within the 60-month ordering period, there are five (5) 12-month price tier periods.

The Government reserves the right to place orders for any combination (Item 1), up to Maximum Quantity, but not to exceed 13,333 pairs in any given 30-day period.

LOT 1:

Contract Minimum Quantity:   30,000
Contract Maximum Quantity: 750,000
Annual Estimated Quantity:
Tier 1-Year 1: 120,000
Tier 2-Year 2: 120,000
Tier 3-Year 3: 120,000
Tier 4-Year 4: 120,000
Tier 5-Year 5: 120,000

The quantities below for Item 2, Lot 2, are for a 60-month ordering period.  Within the 60-month ordering period, there are five (5) 12-month price tier periods.

The Government reserves the right to place orders for any combination (Item 1), up to Maximum Quantity, but not to exceed 13,333 pairs in any given 30-day period.

LOT 2:

Contract Minimum Quantity:   30,000
Contract Maximum Quantity: 750,000
Annual Estimated Quantity:
Tier 1-Year 1: 120,000
Tier 2-Year 2: 120,000
Tier 3-Year 3: 120,000
Tier 4-Year 4: 120,000
Tier 5-Year 5: 120,000

IMPORTANT NOTES:

  1. The AGSU Buckle are used by the Army. The Government reserves the right to order any combination to satisfy the Government’s Contract Guaranteed Minimum Quantity.
  2. Ordering period: Base term is five (5) years with tiered pricing for each year.
  3. Delivery Destinations:

                DoDAAC:  SC0150
                RIC:   VSTQ
                Pendergrass Distribution Center
                596 Bonnie Valentine Way

                Pendergrass, GA 30567
                DoDAAC:  SD0131
                RIC:  VSTZ
               Travis Association For The Blind
               AF & MC 3PL -Distribution Services
               4512 South Pleasant Valley Road

  1. FOB Destination
  2. Inspection/Acceptance at Origin
  3. Initial Production Lead Time is 120 days; Production Lead Time for subsequent delivery orders is 90 days.

IMPORTANT NOTICES

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.

All contractors MUST be registered in SAM (System for Award Management) in order to be eligible for award. All responsible sources may submit offers, which DLA Troop Support shall consider.

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.
 

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

Contracting Office Address:

Defense Logistics Agency, Acquisition Management, DLA Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES

Point of Contact(s):

Chari Fix, Contracting Officer, Phone: 445-737-1081, Email: Chari.Fix@dla.mil

Arlett R. Hartie, IST Chief, Accessories, Arlet.Hartie@dla.mil


 

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.