DISPOSAL CONTAINERS

SOL #: SPMYM226Q5194Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Other Metal Container Manufacturing (332439)

PSC

Miscellaneous Prefabricated Structures (5450)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 26, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 4, 2026, 9:00 PM

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) Maritime - Puget Sound is soliciting proposals for Disposal Containers for the Puget Sound Naval Shipyard in Bremerton, WA. This is a 100% Total Small Business Set-Aside for a Firm Fixed-Price supply contract. Quotes are due by February 04, 2026, at 01:00 PM Pacific Time.

Scope of Work

This opportunity requires the procurement and delivery of various disposal containers, including Large SBDC, TB, and CDC types. Manufacturing must adhere to specified drawings (e.g., DWG 2370-2202 REV. F) and proof testing per drawings (e.g., DWG 2301-3411 REV. F). Key deliverables include extensive Contract Data Requirements Lists (CDRLs) covering:

  • Pre-Award Documentation: Written Non-Destructive Test (NDT) procedures (qualified to NAVSEA TP T9074-AS-GIB-010/271 Rev 1 and MIL-STD-2035A) and Quality Assurance/Quality Control (QA/QC) practices.
  • Post-Award Documentation: Product Quality Assurance Test Plans, NDT Reports, Load Test Reports, Material Certificates, Paint/Blasting Quality Conformance, Calibration Certificates, Welding Quality Conformance, and Certificates of Compliance. Delivery is required on or before March 02, 2026, FOB Destination to Bremerton, WA.

Contract Details

  • Contract Type: Firm Fixed-Price supply contract.
  • Set-Aside: 100% Total Small Business Set-Aside.
  • NAICS Code: 332439 (Size Standard: 600 employees).
  • PSC Code: 5450 - Miscellaneous Prefabricated Structures.
  • Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA.

Submission & Evaluation

  • Quote Due Date: February 04, 2026, 01:00 PM Pacific Time.
  • Submission: Electronic submission of the complete, signed solicitation package. Required information includes CAGE Code, company size (small/large), commercial item status, lead time, pricing per CLIN, manufacturer details (name, CAGE#, country of origin), part numbers, specification sheets, redacted manufacturer/distributor quotes, and all representations/certifications.
  • Evaluation: Proposals will be evaluated based on Technical, Price, and Performance factors.
  • Important Notes: Vendors must have an active account in the Joint Certification Program (JCP) to access drawings and be registered in SAM.gov. Defense Biometric Identification System (DBIDS) credentials are required for base access. Payment will be made via Wide Area WorkFlow (WAWF).

Contact Information

For questions, contact Vera Anderson at vera.anderson@dla.mil.

People

Points of Contact

Vera AndersonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 4
Award Notice
Posted: Feb 10, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 3, 2026
Version 2
Solicitation
Posted: Jan 28, 2026
View
Version 1
Sources Sought
Posted: Jan 26, 2026
View
DISPOSAL CONTAINERS | GovScope