DDWG 53' Trailer Lease
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 the lease of trailers and a tractor to support a Warehouse Management System (WMS) migration at DLA Distribution Warner Robins, Georgia (DDWG). This requirement is a Total Small Business Set-Aside that will result in a single Firm-Fixed-Price (FFP) purchase order. Quotes are due by 9:00 AM EST on February 5, 2026.
Scope of Work
The contractor shall provide all equipment, maintenance, and support for the following:
- Trailer Rentals: Lease of thirty (30) 53' dry van trailers (53' L x 102" W x 110" H) capable of holding 43-46K lbs.
- Tractor Rental: One (1) tandem-axle tractor (no sleeper cab, day jockey capability, minimum 80,000lb GCW) for on-site movement.
- Maintenance: The contractor is responsible for all preventative maintenance and must repair or replace unserviceable equipment within 24 hours.
- Scalability: The government reserves the right to lease up to 30 additional trailers with a 5-day notice period.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Purchase Order
- Period of Performance: A base period (February 6, 2026 – March 8, 2026) followed by eight (8) monthly option periods extending through November 11, 2026.
- Place of Performance: Robins AFB, GA 31098.
- Set-Aside: Total Small Business
- Response Due: February 5, 2026, at 9:00 AM EST.
Evaluation
Award will be made to the responsible offeror whose quote is most advantageous to the government, primarily using a Lowest Price Technically Acceptable (LPTA) approach. Past performance will be evaluated on an acceptable/unacceptable basis.
Additional Notes
Quoters must complete all CLINs in the Attachment 2 – Schedule of Services to be considered. All personnel entering the site must comply with the Real ID Act of 2005 for base access.