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)
Original Source
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
- Primary Contact: JACK EDWARDS
- Email: JACK.EDWARDS@DLA.MIL
- Phone: 360-813-9577
People
Points of Contact
JACK EDWARDSPRIMARY
Files
Versions
Version 1Viewing
Solicitation
Posted: May 5, 2026