FOSSIL WATCHES

SOL #: SPMYM226Q7241Solicitation

Overview

Buyer

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

Place of Performance

Bremerton, WA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

Time Measuring Instruments (6645)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)

Timeline

1
Posted
May 13, 2026
2
Submission Deadline
May 14, 2026, 5:00 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 Fossil Watches (women's Carlie Mini and men's Minimalist Slim) to be engraved with "PSNS IMF RETIREE". This is a 100% Small Business set-aside, with specific clauses for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due May 14, 2026, at 10:00 AM PDT.

Scope of Work

The requirement is for:

  • 100 Each Women's Fossil Watch, Carlie Mini Three-Hand Stainless Steel Watch, Brand: FOSSIL, PN: ES5463.
  • 200 Each Men's Fossil Watch, Minimalist Slim Three-Hand Stainless Steel Watch, Brand: FOSSIL, PN: ES5308. All watches must be engraved with "PSNS IMF RETIREE" using a Times New Roman font, with the font size determined by the vendor. Delivery is FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA.

Contract & Timeline

  • Opportunity Type: Solicitation
  • Contract Type: Appears to be Firm Fixed Price.
  • Set-Aside: 100% for Small Business (NAICS Code: 334519, Size Standard: 600 employees). The solicitation includes clauses related to Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns.
  • Offer Due Date: May 14, 2026, at 10:00 AM PDT.
  • Solicitation Issue Date: May 13, 2026.
  • Place of Performance: Bremerton, WA.
  • Payment: Via Wide Area Work Flow (WAWF).
  • Inspection Level: QA 4 - 7 days inspection.

Submission & Evaluation

  • Submission Method: Proposals must be submitted electronically via WAWF.
  • Required Information: Completed and signed solicitation, Manufacturer (MFR), Country of Origin, Lead Time for Delivery (FOB destination).
  • NIST SP 800-171: Required for awardees unless items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer. A current assessment (not more than 3 years old) is needed if applicable.
  • Evaluation Factors: Technical acceptability, price, and past performance.
  • Compliance: Offerors must comply with all FAR and DFARS clauses, including those for packaging, marking, shipping (ASTM-D-3951), supply chain traceability, cyber incident reporting, and the Buy American Act. Specific requirements for Defense Biometric Identification System (DBIDS) for base access are detailed.

Contact Information

People

Points of Contact

TRICIA WINTERSTEENPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 13, 2026
FOSSIL WATCHES | GovScope