FRENCH PRESS,SPEAKER,LUNCHBOX,TUMBLER, BACKPACK
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
DLA MARITIME - PUGET SOUND, a component of the Department of Defense, is soliciting proposals for a Firm Fixed-Price supply contract to procure various commercial items including French Presses, Speakers, Lunchboxes, Tumblers, and Backpacks. This opportunity is a Total Small Business Set-Aside and requires delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Proposals are due by April 17, 2026, at 11:00 PM.
Scope of Work
The solicitation details the procurement of specific commercial products with branding and customization requirements. Items include:
- YETI French Presses (Navy and Red)
- JBL Flip 7 Bluetooth Speakers (Blue, Black, Red, White)
- YETI DAYTRIP 5L Lunch Boxes (Peach/Beekeeper, Charcoal, Olive, Black)
- STANLEY Quencher ProTour Flip Straw Tumblers (Azure, Dried Pine, Sage Grey, Twilight)
- MALO' DRYPACK 30 LITER WATERPROOF BACKPACKS (Gray, 500 units for CLIN 0015)
All items require "PSNS & IMF PDQ" lettering etched or printed in Times New Roman font. Delivery is FOB Destination to the Puget Sound Naval Shipyard, Bremerton, WA.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business (100% Small Business Set-Aside)
- NAICS Code: 339999 (All Other Miscellaneous Manufacturing) with a 550-employee size standard
- Product Service Code (PSC): 7330 (Kitchen Hand Tools And Utensils)
- Proposal Due: April 17, 2026, at 11:00 PM
- Published: April 17, 2026
Submission Requirements
Offerors must:
- Complete pricing for each Contract Line Item Number (CLIN).
- Provide their CAGE code.
- Complete all representations and certifications within the solicitation.
- Provide manufacturer information for proposed items.
- Return all pages of the completed and signed original solicitation package.
- Ensure current registration in the System for Award Management (SAM.gov).
- Include lead time for FOB Destination delivery.
- Contractors may be required to implement NIST SP 800-171, unless items are Commercial Off The Shelf (COTS) and identified as such to the Contracting Officer during the solicitation period.
Key Updates
An amendment (SPMYM226Q55250001 SF 30.pdf) modified the solicitation by:
- Extending the response due date to April 17, 2026, at 11:00 PM.
- Changing the description and quantity for CLIN 0015 from "HIGH-CAPACITY WATERPROOF OXFORD TRAVEL SCHOOL BACKPACK" (250 units) to "GRAYBRAND NAME, (500) EA - MALO' DRYPACK 30 LITER WATERPROOF BACKPACK" (500 units).
Contact Information
All questions regarding the solicitation should be submitted via email to Naomi Larson at naomi.larson@dla.mil.