DDSP 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 DDSP Shipping Boxes under a Women-Owned Small Business (WOSB) Set-Aside. This is a Combined Synopsis/Solicitation (RFQ) for a Firm-Fixed-Price (FFP) purchase order. Quotes are due March 02, 2026, by 1:00 PM EST.
Scope of Work
This acquisition requires the supply of specific laminated paperboard shipping boxes for DLA Distribution Susquehanna, PA. Key requirements include:
- CLIN 0001: 8x8x156" Laminated Paperboard Box (WR)
- CLIN 0002: 4x4x156" Laminated Paperboard Box (WR)
- CLIN 0003: 4x4x300" Laminated Paperboard Box (WR)
- CLIN 0004: 8x8x300" Laminated Paperboard Box (WR)
All boxes must be white clay coated, printable, corrosion protected, non-abrasive, and made from 100% post-consumer and recovered materials content.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) purchase order
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- NAICS Code: 322211 (Paperboard Container Manufacturing)
- Size Standard: 1250 Employees
- Product Service Code (PSC): 8115 (Boxes, Cartons, And Crates)
- Place of Performance: DLA Distribution Susquehanna, PA (postal code 17070)
Submission & Evaluation
- Submission Deadline: Quotes must be received electronically by 1:00 PM EST on March 02, 2026.
- Submission Method: Email to Samuel.tustin@dla.mil. Facsimile and hard copy submissions will not be accepted.
- Evaluation Factors: Award will be made to the responsible Offeror with the lowest evaluated price whose quote conforms to the solicitation requirements. The Government intends to award based on initial quotes, so offerors should submit their best terms. Past performance will be evaluated on an acceptable/unacceptable basis.
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.