HAZMAT BUILDING
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 proposals for a HAZMAT BUILDING, specifically a portable hazardous material storage building (Model # S3010DTXR). This acquisition is a Total Small Business Set-Aside and will result in a Firm Fixed-Price supply contract for FOB Destination delivery to Bremerton, WA 98314. Offers are due March 13, 2026, by 10:00 AM Pacific Time.
Scope of Work
The primary deliverable is a movable, modular, prefabricated, turn-key hazardous material locker/building system designed for storing and dispensing Class 1A and 1B flammable liquids. Key technical specifications include:
- Construction: Welded steel (ASTM A36), 4-hour fire-rated walls, 3-hour fire-rated doors/roof, corrosion-resistant coating.
- Safety & Environmental: Compliance with OSHA/NFPA codes, explosion-proof electrical components (NEC Class 1, Division 1, Group C&D), dry chemical fire suppression, visual/audible alarms, explosion relief panels, and outdoor use in wet industrial environments.
- Dimensions: Approximately 26' L x 9' W x 9' H exterior.
- Climate Control: Capable of maintaining 65°F +/- 5°F with explosion-proof heater (24,000 BTU) and A/C unit (14,000 BTU).
- Power: Operates on 240V AC, single-phase, 60 Hz (300 amp service) with a 120V auxiliary circuit.
- Interior Features: Non-sparking, adjustable shelves with spill containment, removable floor grating, liquid-tight sump, explosion-proof GFCI outlet, and interior LED lighting.
- Lifting: Engineered for safe lifting by forklift and crane, with specific requirements for lift points, load testing, and documentation.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract
- Set-Aside: Total Small Business (NAICS 332311, $750M size standard)
- Response Due: March 13, 2026, 10:00 AM Pacific Time
- Published: March 9, 2026
- Delivery Due: On or before April 29, 2026
- Place of Performance/Delivery: Bremerton, WA 98314
Submission & Evaluation
Offers must be submitted via email and include fully completed and signed solicitation documents. Required submissions include:
- Completed pricing.
- All representations and certifications from the solicitation.
- Manufacturer information for proposed items.
- Return of all pages of the completed original solicitation package.
- Current registration in SAM.gov.
Additionally, the contract requires specific data deliverables (CDRLs) including:
- COMMERCIAL OFF-THE-SHELF (COTS) MANUALS AND ASSOCIATED SUPPLEMENTAL DATA (Operation & Maintenance Manuals).
- CERTIFICATION/DATA REPORT (Lift Sketches/Designs), including specific values and traceability to materials. Both CDRLs require submission via the Wide Area Workflow (WAWF) e-Business Suite.
Additional Notes
All questions must be submitted via email. Offerors are responsible for downloading the RFQ and monitoring the site for amendments. Inspection and acceptance will occur at the destination (Puget Sound Naval Shipyard IMF).