FOSSIL WATCHES
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 Defense Logistics Agency (DLA) Maritime - Puget Sound has issued a solicitation for Fossil Watches, specifically Carlie Mini and Minimalist Slim models, to be delivered to Bremerton, WA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source opportunity. An amendment has extended the proposal due date to May 18, 2026, at 5:00 PM ET.
Scope of Work
This requirement is for the procurement of:
- 100 Each Women's Fossil Carlie Mini Three-Hand Stainless Steel Watches (PN: ES5463)
- 200 Each Men's Fossil Minimalist Slim Three-Hand Stainless Steel Watches (PN: FS5308)
All watches must be engraved with "PSNS IMF RETIREE" in Times New Roman font (size to be determined by the vendor). The solicitation includes a "Brand Name or Equal" provision, meaning proposed items must meet the detailed salient characteristics provided, including specific case sizes (28MM for Carlie Mini, 44MM for Minimalist Slim), stainless steel material, 5 ATM water resistance, and specific dial/strap colors. Delivery is FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- NAICS Code: 334519 (Time Measuring Instruments) with a 600-employee size standard.
- Proposal Due: May 18, 2026, 5:00 PM ET
- Published: May 15, 2026
Submission & Evaluation
Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. For a bid to be responsive, it must include a completed and signed solicitation, Manufacturer (MFR), Country of Origin, and Lead Time for Delivery (FOB destination). Offerors are required to have a current NIST SP 800-171 assessment, unless the items are Commercial Off The Shelf (COTS), in which case COTS identification must be provided. Evaluation will be based on technical acceptability, price, and past performance. Payment will be made via Wide Area Work Flow (WAWF), and a QA 4 - 7 days inspection level applies.
Additional Notes
Offerors should be aware of requirements for Defense Biometric Identification System (DBIDS) for base access, compliance with packaging, marking, and shipping requirements (ASTM-D-3951), supply chain traceability, cyber incident reporting, and the Buy American Act.