DDSP 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 DDSP Boxes under a Combined Synopsis/Solicitation (RFQ). This acquisition is a Women-Owned Small Business (WOSB) Set-Aside for the procurement of various shipping boxes and carton components. The government intends to award a single Firm-Fixed-Price (FFP) purchase order. Quotes are due by March 12, 2026, at 1:00 PM EST.
Scope of Work
This solicitation requires the supply of specific corrugated fiberboard boxes and half regular slotted cartons:
- CLIN 0001: Shipping Box, 10" x 12" x 2" I.D. SW, corrugated fiberboard, single wall, regular slotted box (RSC). Must meet specific dimensions, C-flute, glued overlap, 175 PSI bursting strength, max 50 lbs carton/content weight, and MIL-STD-129 markings. Quantity: 5400 BD.
- CLIN 0002 & 0003: Bottom Flap, 48" x 40" x 30" Half Regular Slotted Carton, Double walled. Requires specific printing in ALL CAPS, ARIAL BLACK 200PT FONT: "AWOS" and "RETURN THIS BOX TO THE DEFENSE LOGISTICS AGENCY". Quantity: 2000 EA for each CLIN.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) purchase order.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
- NAICS Code: 322211 (Box Manufacturing) with a 1250 Employee size standard.
- Product Service Code (PSC): 8115 (Boxes, Cartons, And Crates).
- Quote Submission Deadline: March 12, 2026, at 1:00 PM EST.
- Published Date: February 27, 2026.
Evaluation
Award will be made to the responsible Offeror whose quote is most advantageous to the Government, considering price and other factors. The acceptable quoter with the lowest evaluated price will be selected, provided they are responsible and their quote conforms to requirements. Past performance will be evaluated on an acceptable/unacceptable basis. The Government intends to award based on initial quotes received. Quotes must include Technical, Past Performance, and Pricing documentation.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). Invoicing and payment will be processed via Wide Area WorkFlow (WAWF). The Government encourages quotes that achieve savings through innovative processes. Organizational Conflict of Interest (OCI) restrictions apply.