WOMEN JACKET
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 DLA MARITIME - PUGET SOUND is soliciting proposals for WOMEN JACKETS. This is a Total Small Business Set-Aside for a Firm Fixed-Price supply contract, utilizing commercial and simplified acquisition procedures (FAR Parts 12 and 13.5). The resultant award will be for FOB Destination delivery to Bremerton, WA. Proposals are due March 4, 2026, at 3:00 PM.
Scope of Work
The primary deliverable is WOMEN'S JACKETS in various sizes (S, M, L, XL, 2XL). Specifically, the jackets must be the "Berne Women's Hooded Softshell Jacket" style, MAROON in color, and include "PSNS & IMF PDQ" lettering etched/printed/engraved on the unit in TIMES NEW ROMAN font (size determined by vendor). Salient characteristics include water-repellency, wind-resistance, breathable fabric, an elastic draw cord with toggles, a durable nylon front zipper, and zippered left chest and front pockets. Partial shipments are acceptable.
Contract & Timeline
- Type: Firm Fixed-Price supply contract
- Set-Aside: Total Small Business (NAICS 315990, 600 employees size standard)
- Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA
- Delivery: Required/requested on or before March 16, 2026
- Offer Due: March 4, 2026, 3:00 PM
Submission & Evaluation
Offers must be submitted electronically via Wide Area WorkFlow (WAWF). To be deemed responsive, the solicitation must be completed in its entirety, including:
- Filling out specific boxes (17A, 28, 30a, b, c).
- Providing CAGE CODE (company and facility), company size (SMALL/LARGE), commercial item status, LEAD TIME, and pricing for each CLIN.
- Quoting prices as FOB Destination Bremerton, WA.
- Annotating manufacturer name, country of manufacturing, and part number for each CLIN.
- Providing manufacturer's specification sheets (not copied/pasted) and a redacted quote/email from the manufacturer/distributor.
- Completing all representations and certifications, and returning all pages of the original solicitation package.
- Ensuring current registration in SAM.gov.
Evaluation Factors: Technical, Price, and Performance.
Additional Notes
- Contractors must register in WAWF for electronic invoicing and payment.
- NIST SP 800-171 compliance (DFARS 252.204-7019) is required unless items are identified as Commercial Off The Shelf (COTS). COTS items are exempt, but vendors must identify and provide information to the contracting officer during the solicitation period.
- Provide specification data/sheet and indicate if items are Commercial (YES/NO) and COTS (YES/NO).
- Traceability to the manufacturer and part number is required (e.g., letter from an authorized dealer or verifiable documentation of quotation from an approved source).
- Contractors may need a Defense Biometric Identification System (DBIDS) credential for base access.
- All questions and submissions must be sent via email to vera.anderson@dla.mil.