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)
Original Source
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
- Primary Contact: TRICIA WINTERSTEEN
- Email: TRICIA.WINTERSTEEN@DLA.MIL
- Phone: 360-509-0205
People
Points of Contact
TRICIA WINTERSTEENPRIMARY
Files
Versions
Version 1Viewing
Solicitation
Posted: May 13, 2026