SOURCES SOUGHT
42 -- Special Operational Equipment (SOE) Market Research
- Notice Date
- 11/14/2025 8:44:54 AM
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE8EJ-25-SOETLS
- Response Due
- 12/5/2025 3:00:00 PM
- Archive Date
- 12/20/2025
- Point of Contact
- Mary Ryan
- E-Mail Address
-
mary.ryan@dla.mil
(mary.ryan@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Market Research Special Operational Equipment (SOE) Tailored Logistics Support (TLS) Program The Defense Logistics Agency (DLA) Troop Support Philadelphia is conducting market research for the 6th generation of support for the SOE TLS Program. This acquisition targets supply chain support for a wide variety of products to meet the special operational equipment requirements of DLA customers to include military installations and federal activities worldwide. SOE TLS vendors will provide the full range of functions including: establishing relationships with manufacturers, providing the best commercial pricing available, providing support to customers for all inquiries at all stages, managing shipments/deliveries worldwide, and providing transportation visibility to achieve a solution for DLA customers. DLA anticipates a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract approach with post-award competition of delivery orders. SOE Vendors will be required to respond to a high volume of delivery order Request for Quotes (RFQs). Sales are estimated at $13 billion annually; which is comprised of 10,000 Delivery Orders, consisting of 49,000 lines for 1,200 DoDAACs. The estimates provided are based on current information available to the Contracting Officer, subject to change, and are not a guarantee. The following list provides a representation of the categories of product that shall be made available. The categories listed are not all-inclusive, but provide a representation of the various types of products that the Government anticipates supplying under this acquisition. All items are commercial products, which are primarily identified by manufacturer�s part number and/or a commercial item description. The scope includes special operational equipment and related supplies and incidental services, including but not limited to: Survival Gear and Equipment Kits Tactical Equipment Personal Protection Equipment Protective Eyewear and Vision Enhancing Equipment Escalation of Force Equipment Visit Board Search and Seizure (VBSS) Scuba Gear and Miscellaneous Diving Equipment Thermal Protection Equipment Surface Supplied Diving Equipment Communication Devices (such as walkie-talkies, two-way radios, etc.) Compressors and Air Purification Systems Hyperbaric Instrumentation & Equipment and Saturation Equipment Lifesaving/Search and Rescue Equipment Air Crew Support and Flight Deck Safety Items Underwater Tools Protective Gear, Miscellaneous Apparel, Clothing and Textiles Load Carrying Equipment (vests, backpack systems, trunk lockers, etc.) Lethality Support Items (slings, holsters, straps, fasteners, reflective belts, etc.) Mountain Climbing Equipment Products supplied have come from companies such as: 3M, 908 Devices, Cisco, Crye Precision/Drifire, Flir, InVeris, Iron Bow Technologies, Hurst Jaws of Life, Keysight Technologies, Kuhl, L3Harris, Massif, Motorola, Raventek, Rocky Brands, and Safariland. With the exception of CENTCOM, SOE vendors will be responsible for providing delivery via commercial transportation resources in both CONUS and OCONUS to the point of need. This inquiry is issued for the purpose of market research only and the Government is in no way obligated to purchase any material because of this inquiry. No information provided in response to this inquiry will be considered binding between the vendor and the Government and the Government will not pay for any information submitted. With these facts in mind, it is requested that you review the above and answer the questions on the attached survey. The answers you provide will remain confidential. Please return the survey to Mary Ryan at Mary.Ryan@dla.mil by COB December 5, 2025. DLA is not at this time seeking proposals/quotes and will not accept unsolicited proposals. If a solicitation or solicitations would result, it/they would be synopsized on the SAM.gov website and it would be the offeror's responsibility to monitor the SAM.gov website for any such notices.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6fc0e9b385e641c6a000b47b95449752/view)
- Place of Performance
- Address: Philadelphia, PA, USA
- Country: USA
- Country: USA
- Record
- SN07642817-F 20251116/251114230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |