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 has issued an Award Notice for a HAZMAT BUILDING, a portable hazardous material storage system, to be delivered to Bremerton, WA. This acquisition was conducted as a Total Small Business Set-Aside.
Scope of Work
The contract is for a portable hazardous material storage building, specifically Model # S3010DTXR. The required system is a movable, modular, prefabricated, turn-key unit designed for the storage and dispensing of Class 1A and 1B flammable liquids. Key technical specifications include:
- Construction: Welded steel (ASTM A36) with 4-hour fire-rated walls and 3-hour rated doors/roof, corrosion-resistant coating, and specific paint colors.
- Safety & Environment: Compliance with OSHA and NFPA codes, explosion-proof electrical components (NEC Class 1, Division 1, Group C&D), dry chemical fire suppression, visual/audible alarms, and explosion relief panels. Designed for outdoor use in wet industrial environments.
- Dimensions: Approximately 26' L x 9' W x 9' H.
- Climate Control: Capable of maintaining 65°F +/- 5°F, featuring an 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 spill-containment sump, explosion-proof GFCI outlet, and interior LED lighting.
- Handling: Engineered for safe lifting by forklift and crane, with specific requirements for lift points and load testing.
Deliverables & Documentation
The contract requires specific data items, including:
- Technical Ordering Data (CDRL).
- Commercial Off-the-Shelf (COTS) Operation & Maintenance Manuals (DI-TMSS-80257C), to be submitted via Wide Area Workflow (WAWF).
- Certification/Data Report including Lift Sketches/Designs (DI-MISC-80678), also submitted via WAWF, with specific values and traceability.
Contract Details
- Type: Award Notice (implied Firm Fixed Price from solicitation).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Award Date: April 23, 2026.
- Place of Performance/Acceptance: Puget Sound Naval Shipyard IMF, Bremerton, WA 98314.
- Delivery: On or before April 29, 2026.
Contact Information
For inquiries, contact Denise M. Quist at Denise.Quist@dla.mil or 360-476-6075.