DRUM / PAIL
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 is soliciting bids for DRUM / PAIL products. This acquisition is a Total Small Business Set-Aside to procure 5-gallon steel drums for delivery to Bremerton, WA. Proposals are due February 5, 2026, at 1:00 PM local time.
Scope of Work
This solicitation requires the provision of 5-gallon drums with crimped tops, bail handles, and steel construction, conforming to 49 CFR Part 178. Drums must be lined with a rust inhibitor and be clean, with 108 drums per pallet. The requirement is for a brand name or equal to Cleveland Steel, P/N: 1A2/Y36/S (solids). Bids for "equals" must include detailed specifications for evaluation; otherwise, they will be considered non-responsive. The place of performance and inspection/acceptance is Bremerton, WA (Puget Sound Naval Shipyard).
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 332439 (Metal Can and Jar Manufacturing) with a $600 million size standard.
- Estimated Value: Over $15,000.00
- Response Due: February 5, 2026, at 1:00 PM local time
- Published Date: February 4, 2026
- Contract Period: Anticipated November 2025 (based on clause dates, likely for a one-time delivery)
- Payment: Wide Area Work Flow (WAWF) system is required for invoicing and receiving reports.
Submission Requirements
Offerors must submit a complete and signed solicitation packet electronically via SAM.gov, email (jack.edwards@dla.mil), or fax (360-476-4121). Key submission items include:
- Completion of Box 17A, reading Box 28, and signing Box 30 a, b, and c on page 1.
- Provision of CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotation of lead time.
- Annotation of manufacturer name and country of manufacturing.
- Checking applicable boxes in Clause 52.204-24 (2)(d) (1) and (2).
- Contractors required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old). Items deemed Commercial Off The Shelf (COTS) are exempt but must be identified to the contracting officer during the bid period.
Additional Notes
Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access. Unique Item Identification (UII) is required for delivered items with a Government unit acquisition cost of $5,000 or more. Specific clauses regarding supply chain traceability, vendor shipment module (VSM), packaging, marking, and inspection are included.