Cardboard Shipping Boxes
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) Distribution is soliciting quotes for Cardboard Shipping Boxes for DLA Distribution San Joaquin, CA. This is a Combined Synopsis/Solicitation (RFQ) intended to result in a Firm Fixed Price Purchase Order. The opportunity is a Total Small Business Set-Aside. Quotes are due by January 26, 2026, at 12:00 PM EST.
Scope of Work
This requirement is for various sizes and specifications of cardboard shipping containers, as detailed in Section 17, Salient Characteristics. Containers must meet specific test strengths, UN ratings, and standards (e.g., ASTM D5118, ISTA 1A). All material must be shipped on serviceable, winged pallets in accordance with MD00100452, Revision C. Delivery is required within 30 Days After Receipt of Order (DARO). Proof of Delivery must include the contract number, CLIN/material number, quantity, and a government employee signature. Items also require proper palletization, wrapping, and strapping.
Contract & Timeline
- Contract Type: Firm Fixed Price Purchase Order
- Set-Aside: Total Small Business (100% Small Business Set-Aside, NAICS Code 322211 with a 1,250 employee size standard)
- Place of Performance: Tracy, CA
- Quotes Due: January 26, 2026, 12:00 PM EST
- Questions Due: January 27, 2026, 12:00 PM EST
- Published Date: January 22, 2026
Submission & Evaluation
Quotes must be submitted electronically via email to thomas.semones@dla.mil. Evaluation will be based on the lowest evaluated price among acceptable quotes. Technical Capability and Past Performance will be assessed on an acceptable/unacceptable basis. Offerors must submit their quotes in three separate files: Technical Capability, Past Performance, and Pricing & Administrative information. Prospective awardees must be registered in the System for Award Management (SAM) and complete FAR provision 52.212-3 and other required representations and certifications. A checklist is provided to guide bidders on completing specific solicitation paragraphs, including SAM, Independent Pricing, Salient Characteristics, Schedule of Supplies, and delivery lead time.
Additional Notes
The government encourages innovative processes for potential savings. Invoicing and payment will be processed through Wide Area Work Flow (WAWF).