Personalized Navy Galley Uniforms
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
The U.S. Navy, SUPSHIP Bath, is soliciting quotations for Personalized Galley Uniforms to be delivered to Bath, ME. This is a combined synopsis/solicitation for commercial products, and the Government intends to award a Firm-Fixed Price contract based on best value. This opportunity does not have a set-aside. Offerors must provide pricing for both original and reduced quantities as detailed in the redline attachment.
Opportunity Details
This Request for Quotation (RFQ) is a follow-up to a previous opportunity (N6278626Q0002) where no award was made. The previous small business set-aside has been dissolved. The solicitation clarifies Berry Amendment requirements, product specifications, and requests flexible pricing options.
Scope of Work
The requirement is for various personalized galley uniforms, including long and short sleeve chef coats, ribbed t-shirts, chef hats, aprons, and baggy chef pants, in multiple sizes and colors. Specific quantities are detailed in the solicitation's line items and the "Red Lined QUOTE REQUEST - TABLE.pdf" attachment.
Key Requirements
- Berry Amendment Compliant: All items must be manufactured and assembled in the USA.
- Material Specifications: Uniforms must meet Navy Clothing and Textile Research Facility (NCTR) requirements for domestically-manufactured commercial-off-the-shelf (COTS) fabrics suitable for two-piece flame resistant (FR) CS uniforms. Specific material mixes (e.g., modacrylic, aramid, lyocell, cotton) are detailed.
- Customization: Includes specific embroidery and imprinting details for chef coats and t-shirts, such as "Ships Crest," "Charge on Bear," and "American Flag," with context provided for the USS Harvey C. Barnum Jr. (DDG-124).
- Delivery: No later than 60 days After Receipt of Order (ARO) to 590 WASHINGTON STREET, BATH, ME 04530. All prices must be FOB Destination, with shipping costs included in the unit price.
- Pricing Options: Offerors must provide separate pricing proposals for the original quantities and for the reduced quantities outlined in the redline attachment. The Government may award based on either option depending on funding.
Submission & Evaluation
Quotations must include unit and total prices (FOB Destination), manufacturer/model numbers, item specifications, proposed delivery schedule, company information (NAICS, CAGE, POC, small business status), SAM.gov registration confirmation, and contract numbers for past performance. Award will be made to the offeror representing the best value, considering price, technical acceptability, delivery schedule, and past vendor performance.
Important Dates & Contacts
- Response Due: March 5, 2026, 04:59 PM EST
- Submission Email: michelle.a.boudreau.civ@us.navy.mil
- Contact: Missy Boudreau, michelle.a.boudreau.civ@us.navy.mil, (207) 442-5446