COVERALLS
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 has issued a Solicitation for COVERALLS, specifically disposable FME (Foreign Material Exclusion) coveralls in XX-LARGE and LARGE sizes. This procurement is set aside for Total Small Business. The coveralls must meet detailed material, construction, and sizing specifications. Offers are due by February 18, 2026, at 10:00 AM Pacific Time.
Scope of Work
This solicitation seeks 1,500 units of XX-LARGE and 1,200 units of LARGE disposable, one-piece FME coveralls. Key specifications include:
- Material: 65% Polyester, 35% Cotton, 5.5 to 8-ounce preshrunk twill weave.
- Color: Medium green.
- Construction: Double-seamed, completely finished, with "Velcro" or equivalent fasteners on the front, cuffs, and pocket. Features a full collar, one left chest pocket, and elastic foot stirrups with reinforcing box-stitching.
- Quality: Must be free of loose material and debris. All coveralls must be preshrunk prior to government receipt, with a certificate of compliance required for each shipment.
- Markings: Permanent labeling with manufacturer's name and identifying number.
- Brand Name or Equal: Offerors proposing "equals" must submit detailed specifications for evaluation; bids without specifications will be non-responsive.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 315990 (Other Apparel Manufacturing) with a 600-employee size standard.
- Place of Performance: Bremerton, WA 98314.
- Delivery: Required by June 1, 2026, FOB Contractor Destination.
- Offer Due Date: February 18, 2026, at 10:00 AM Pacific Time.
- Published Date: February 17, 2026.
Evaluation
Award will be based on a combination of technical acceptability, price, and past performance. Evaluation will consider FAR 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation-Commercial Products and Commercial Services). Past performance will be assessed using PPIRS-SR data and other sources. Offers must be technically acceptable to be considered for award.
Additional Notes
- Inspection: QA 4-7 days inspection at destination (Puget Sound Naval Shipyard IMF).
- Payment: Via Wide Area WorkFlow (WAWF).
- Submission: Offerors must return the completed and signed solicitation and all required certifications.
- Unique Item Identification (UII) is exempted for the specified CLINs.