34-Ton Breakbulk Trailers Acquisition Strategy
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 General Services Administration (GSA) is issuing a Special Notice / Request for Information (RFI) to gather industry input on the acquisition strategy for approximately thirty-seven (37) 34-ton breakbulk trailers for the Department of Navy. This opportunity is a Total Small Business Set-Aside. The anticipated procurement strategy will utilize a "Highest Technically Rated with a Fair and Reasonable Price" (HTRP) evaluation approach. Responses are due by April 21, 2026, at 6:00 PM ET.
Purpose & Scope
GSA is seeking industry information to refine its technical and procurement strategy for these critical 34-ton breakbulk trailers. The trailers are required by the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) to replace aging equipment, support fleet and joint operations, and function in austere conditions, while complying with military, AWS, and SAE standards. Industry is asked to review the "Special Statement" and "Attachment 2 - PD FY25 Stake Breakbulk Trlr. 7 AUG 2025 FINAL" and provide the requested information.
Key Requirements
- Quantity: Approximately 37 each 34-ton breakbulk trailers.
- Capacity: Minimum 70,000 lbs distributed, 50,000 lbs concentrated.
- Container Transport: Capable of carrying six (6) 6 ft. 8 In. TRICON containers, two (2) 20 ft. ISO containers, or one (1) 40 ft. ISO container, with individual locking.
- Dimensions: Overall length not to exceed 48 ft., width not to exceed 8.5 ft.
- Tractor Compatibility: Must be compatible with specified Mack Granite, Navistar HTT, International Work Star HITT, and MTVR tractors.
- Air Transportability: Must be capable of air transport via C-130, C-17, and C-5 aircraft, requiring ATTLA certification.
- Materials & Construction: Shall meet MIL, AWS, SAE, ISO, NATO, and other applicable standards; steel/composite decking; 60-month comprehensive warranty.
- Delivery Locations: Specified Navy facilities (MESG-1, MESG-2, NMCB, NAVELSG, NSWC).
Contract Details
- Type: Special Notice / Request for Information (RFI).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Gulfport, MS (for First Production Vehicle testing).
- Response Due: April 21, 2026, 6:00 PM ET.
- Published: April 16, 2026.
Submission & Evaluation
Industry responses should "Prove Capability" by providing drawings, weight estimates, and past ATTLA data, and "Justify Price" with "prices paid" examples. The anticipated evaluation basis for the future solicitation is HTRP, where technical capability is paramount, and the award will go to the #1 ranked technical firm provided their price is fair and reasonable. GSA will not engage in tradeoffs between technical excellence and price. Offerors are encouraged to use "Attachment 4 - Technical Exceptions Worksheet" for deviations and "Attachment 5 - Brand Name or Equal Worksheet" for equivalent offerings. Submissions must be sent via email to the specified contacts with the required subject line.
Contacts
- Primary: John E. (Ed) Hodges (john.hodges@gsa.gov, 7036038586)
- Secondary: Ted Croushore (kenneth.croushore@gsa.gov, 7036059804)