5L LUNCH BOX
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting offers for 5L LUNCH BOXES (specifically YETI DAYTRIP 5L LUNCH BOXes) for delivery to Bremerton, WA. This is a Total Small Business Set-Aside opportunity. Offers are due April 6, 2026, at 10:00 AM.
Scope of Work
This solicitation (SPMYM226Q5948) requires the supply of YETI DAYTRIP 5L LUNCH BOXES in various colors (Peach/Beekeeper, Olive, Black). Each unit must meet specific dimensions, weight, and insulation requirements (Coldcell Flex™), and be compatible with YETI® accessories. A key requirement is the etching, printing, or engraving of "PSNS & IMF PDQ" lettering on each unit, with a Times New Roman patch also acceptable.
Contract & Timeline
- Type: Firm Fixed-Price supply contract, utilizing commercial and simplified acquisition procedures (FAR Parts 12 and 13.5).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). NAICS Code: 332999 (Size Standard: 750 employees).
- Place of Performance: FOB Destination delivery to Bremerton, WA 98314. Inspection and acceptance will occur at Puget Sound Naval Shipyard IMF.
- Delivery: On or before May 1, 2026.
- Offer Due: April 6, 2026, 10:00 AM.
- Published: April 2, 2026.
Submission & Evaluation
Offers will be evaluated based on price and other factors detailed in Section M of the solicitation. To be considered, firms must:
- Complete pricing.
- Complete all representations and certifications.
- Provide manufacturer information for proposed items.
- Return all pages of the completed original solicitation package.
- Ensure current registration in SAM.gov. The solicitation incorporates FAR clauses 52.212-1, 52.212-3, and 52.212-4. Payment will be made via Wide Area Work Flow (WAWF).
Additional Notes
All questions must be submitted via email to Denise.Quist@dla.mil. Offerors are responsible for downloading the RFQ and monitoring for amendments. Access to Navy installations requires a Defense Biometric Identification System (DBIDS) credential.