COVERALLS

SOL #: SPMYM226Q7012Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

Clothing, Special Purpose (8415)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 5, 2026
2
Submission Deadline
May 6, 2026, 4:00 PM

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 proposals for COVERALLS (disposable, FME, polyester, cotton, green, double-seamed, pre-shrunk, sandblast) under a Firm Fixed-Price contract. This Total Small Business Set-Aside opportunity seeks 3,000 units across XXX-LARGE and X-LARGE sizes for delivery to Bremerton, WA. Quotes are due May 6, 2026, at 09:00 AM PST.

Scope of Work

This solicitation is for the procurement of specific FME (Foreign Material Exclusion) coveralls. Key requirements include:

  • Item 0001: 1,000 units of XXX-LARGE size coveralls.
  • Item 0002: 2,000 units of X-LARGE size coveralls.
  • Specifications: Coveralls must be 1-piece, medium green, 65% Polyester/35% Cotton (5.5-8 oz preshrunk), with double seams, Velcro or equivalent fasteners for front/cuffs/pocket, a full collar, one left chest pocket (no other pockets/through holes), and elastic foot stirrups. They must be preshrunk, with a certificate of compliance required per shipment.
  • Brand Name or Equal: MFR: SILVER NEEDLE, P/N: 3035. Vendors quoting "equals" must submit detailed specifications for evaluation; bids without these will be considered non-responsive.
  • Supply Chain Traceability: Contractors must provide documented evidence of item origin and conformity, retained for five years.
  • Packaging & Marking: Must comply with ASTM-D-3951, including specific prohibitions on certain packing materials and requirements for heat-treated wood and detailed shipment markings.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 315990 (Size Standard: 600 employees).
  • Place of Performance: Bremerton, WA.
  • Delivery: Item 0001 by June 29, 2026; Item 0002 by June 10, 2026. FOB Destination.

Submission & Evaluation

  • Offer Due Date: May 6, 2026, at 09:00 AM PST.
  • Submission Instructions:
    • Electronic submission of quotes is available through the SAM website.
    • A signed and completed solicitation packet must be submitted via email to jack.edwards@dla.mil or fax to 360-476-4121.
    • Required information includes: Box 17A, signed Box 30 a,b,c (page 1), CAGE code, FOB Destination Bremerton, WA, lead time, manufacturer name, and country of manufacturing.
    • Ensure applicable boxes in Clause 52.204-24 (2)(d) (1) and (2) are checked.
  • NIST SP 800-171: Required for contractors unless items are Commercial Off The Shelf (COTS). COTS items must be identified to the contracting officer during the bid period.
  • Unique Item Identification (IUID): Required for items with a Government unit acquisition cost of $5,000 or more.
  • Base Access: Contractors will require a Defense Biometric Identification System (DBIDS) credential.

Contact Information

People

Points of Contact

JACK EDWARDSPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 5, 2026
COVERALLS | GovScope