DISPOSAL CONTAINERS
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) Maritime - Puget Sound sought proposals for Disposal Containers under a Total Small Business Set-Aside. The solicitation (SPMYM226Q5194) closed on February 4, 2026, at 01:00 PM local time, and an award notice was subsequently published on February 10, 2026. While specific award details are not provided in this notice, it indicates the conclusion of the procurement process for this requirement.
Scope of Requirement
This opportunity involved the procurement of various disposal containers, including Large SBDC, Small SBDC, CDC, and TB Containers. Key requirements included manufacturing and proof testing according to specified drawings and specifications. The solicitation emphasized extensive Contract Data Requirements Lists (CDRLs) across all CLINs, covering:
- Product Quality Assurance Test, Demonstration, and Evaluation Plans
- Non-Destructive Test Reports (including Magnetic Particle Tests for disposal containers)
- Various Certification/Data Reports (Weight, Material, Paint/Blasting Quality Conformance, Calibration, Welding Quality Conformance, Void Fill Material)
- Load Test Reports (Vertical and Horizontal)
- Certificate of Compliance Bidders were required to submit pre-award NDT procedures and QA/QC practices for government review.
Contract Details
- Type: Firm Fixed Price (FFP) for all CLINs.
- Set-Aside: Total Small Business.
- NAICS: 332439 (Miscellaneous Prefabricated Structures).
- Size Standard: 600 employees.
- Place of Performance: Bremerton, WA, United States.
- Delivery: FOB Destination, with an estimated delivery by March 2, 2026, for most items.
- Payment: Via Wide Area Work Flow (WAWF).
Solicitation & Evaluation
Proposals were due by February 4, 2026, 01:00 PM local time. Evaluation was based on Technical, Price, and Performance factors, with specific emphasis on technical capability, price, and past performance. Submission instructions were detailed in Section L, with electronic submission via WAWF.
Key Requirements & Notes
Vendors needed an active account in the Joint Certification Program (JCP) to access drawings. Adherence to Defense Biometric Identification System (DBIDS) requirements for base access was mandatory. Inspection and acceptance were at destination.