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
This is an Award Notice from the Defense Logistics Agency (DLA) Maritime - Puget Sound for DRUM / PAIL products, pertaining to a previously issued solicitation. The original acquisition was a Total Small Business Set-Aside for the supply of drums and pails to Bremerton, WA. The solicitation's offer period has concluded, with the notice published on February 12, 2026.
Original Solicitation Scope & Requirements
The solicitation sought bids for 5-gallon drums with specific features: crimped tops, bail handles, steel construction, and conformity to 49 CFR Part 178. Drums were required to be lined with a rust inhibitor and be clean, with 108 drums per pallet. Bidders could propose "Brand name or equal" to Cleveland Steel, P/N: 1A2/Y36/S (solids), with "equals" requiring detailed specifications for evaluation. Lead time was noted as a potential priority.
Contract Details (from Solicitation)
The anticipated contract period for the awarded contract was November 2025 through November 2025. Payment was to be processed via Wide Area Work Flow (WAWF). Inspection and acceptance were designated for the destination at Puget Sound Naval Shipyard.
Eligibility & Set-Aside (from Solicitation)
The original acquisition was 100% set aside for Small Business. The applicable NAICS Code was 332439 (Metal Can and Jar Manufacturing) with a size standard of $600 million.
Submission & Evaluation (from Solicitation)
The offer due date for the original solicitation was February 5, 2026, at 1:00 PM local time, and proposals were required to be submitted electronically. The WAWF system was mandatory for invoicing and receiving reports.
Additional Notes (from Solicitation)
Contractors would require a Defense Biometric Identification System (DBIDS) credential for base access. Unique Item Identification (UII) was required for delivered items with a Government unit acquisition cost of $5,000 or more, or as specified. Specific clauses covered supply chain traceability, manufacturing phase-out, vendor shipment module (VSM), packaging, marking, and inspection.