Towel Sets, Aprons, and Chef Pants

SOL #: N0040626Q0199Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, 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)

Timeline

1
Posted
May 15, 2026
2
Last Updated
May 15, 2026
3
Submission Deadline
May 20, 2026, 7:00 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 NAVSUP FLT LOG CTR PUGET SOUND (Department of the Navy) intends to award a Firm Fixed Price (FFP) purchase order for Towel Sets, Aprons, and Chef Pants to support operations in Bremerton, WA. This acquisition is a Total Small Business Set-Aside.

Scope of Work

This solicitation seeks vendors to supply specific quantities and types of apparel and textiles:

  • Towel Sets (90 Each): Consisting of bath, hand, and washcloths in white, red, and navy blue. Each item requires specific embroidery: Ronald Reagan's signature on bath towels, battle flag (76) on hand towels, and Ronald Reagan's initials on washcloths. Towels must be durable, high-absorbency, cotton or cotton-blend, colorfast, and resistant to shrinkage and fraying, meeting commercial hospitality/government standards.
  • Aprons (250 Each): Three Pocket Half Waist Aprons, with 50 in Khaki and 200 in Black.
  • Chef Pants (2,220 Each): Black, straight-leg design, featuring a 1-1/2" waistband with elastic sides and belt loops, double-stitched seams, two side and two back pockets, a towel loop, and a brass zipper. They must be constructed of durable, easy-care 65/35 poly-cotton twill suitable for industrial laundering.

Delivery for all items is required within 30 Calendar Days from the Date of Award.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP) purchase order.
  • Set-Aside: Total Small Business Set-Aside (100%).
  • NAICS Code: 315990 (Small Business Size Standard: 600 Employees).
  • Response Due: May 20, 2026, by 12:00 PM PST.
  • Published: May 15, 2026.
  • Anticipated Award Date: May 2026.

Submission & Evaluation

Quotes must be submitted via email to Nicole Logan (nicole.d.logan.civ@us.navy.mil). Required submission format includes Microsoft Word, Excel spreadsheet, or Adobe PDF. Submissions must include Official Company Name, Point of Contact (name and phone number), Cage Code number, and an Authorized Distributor Letter from the Original Equipment Manufacturer.

Award will be based on Best Value, considering price, delivery, technical acceptability, and past performance. Questions regarding the solicitation should be submitted to Nicole Logan via email no later than the closing date.

Eligibility & Notes

Offerors must be registered in the System for Award Management (SAM). Shipping terms are FOB Destination, meaning shipping costs must be included in the quote. Quotes shall remain valid for a minimum of sixty (60) days. Vendors are also required to provide a detailed (unpriced) capabilities statement. The solicitation incorporates FAR provisions and clauses by reference.

People

Points of Contact

Ashley RollinSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: May 15, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 15, 2026