Hazardous Material Management System (HMMS) Software and Sustainment Support
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) is seeking Hazardous Material Management System (HMMS) Software and Sustainment Support. This is a sole-source acquisition for the delivery, deployment, ongoing sustainment, and future enhancement of an internet-based software suite utilized by the Department of War (DoW) and other federal agencies. The contract is intended for Sphera Solutions, Inc. due to their proprietary ownership of the HMMS software. Proposals are due February 18, 2026, at 12:00 PM EST.
Scope of Work
The requirement encompasses an enterprise-wide HMMS, including components like the Hazardous Material Information Resource System (HMIRS), Performance-Oriented Packaging (POP), Hazardous Waste Disposition (HWD), and Hazardous Materials Data Warehouse (HMDW). Key tasks include software delivery and sustainment, project and configuration management, user support and training, documentation, reporting, information assurance, AI-driven automation, data management, security and compliance, software release, maintenance, enhancements, testing, and quality assurance. Personnel must possess expertise in environmental and/or systems, DoW IT & Acquisition, security & connectivity, and sector familiarity, adhering to DLA's approved cybersecurity certification list.
Contract Details
- Contract Type: Sole-source acquisition (Combined Synopsis/Solicitation)
- Period of Performance: A 12-month base period followed by four (4) 12-month option periods (total 5 years).
- Estimated Value: Not to exceed [REDACTED] (from Justification and Approval document).
- Set-Aside: None (Justified for other than full and open competition).
- Product Service Code: DA10 (Support Services, Delivered As A Service Contract).
Submission & Evaluation
Proposals must be submitted via email to Irvin.Farmer2@dla.mil and Nyeshia.McAllister@dla.mil with the subject line "RFQ: SP4701-26-R-0008 [Company Name]". Evaluation factors include Technical Approach, Level of Effort/Labor Mix, Key Personnel, and Price, with non-price factors rated Acceptable/Unacceptable. Offerors are encouraged to confirm government receipt of their proposal documents. Late proposals will be handled per FAR 15.208.
Key Dates
- Questions Due: February 13, 2026, at 12:00 PM EST.
- Proposal Due: February 18, 2026, at 12:00 PM EST.
- Published Date: February 12, 2026.
Attachments
Bidders should utilize provided templates for personnel summaries, resource allocation, vendor pricing, key personnel resumes, and question submissions. The DLA Approved Cybersecurity (CS) Computing Environment (CE) List is also provided for personnel certification requirements.