PACIFIC ISO CONTAINER SUPPORT REQUIREMENT
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) Energy is soliciting proposals for the PACIFIC ISO CONTAINER SUPPORT REQUIREMENT. This opportunity seeks services for the transportation, repair, and maintenance of leased Intermodal (ISO) Bulk Fuel Containers supporting Department of Defense (DoD) operations in Hawaii. This acquisition is a Total Small Business Set-Aside. Proposals are due by November 21, 2025.
Scope of Work
The requirement includes five distinct line items:
- Intermodal Container Transport: Moving ISO containers (full or empty) between various locations including Joint Base Pearl Harbor-Hickam (JBPHH), Honolulu Harbor, and Kalaeloa Barbers Point Harbor. This involves various fuels such as FSII, Lube Oil, Diesel Fuel, and F24/JAA.
- ISO Container – Integrity Testing: Performing mandatory five-year re-certification integrity tests per 49 CFR and general inspections per ISO 1496-3.
- ISO Container – Cleaning: Including flushing and disposal of residual product, according to Appendix D: MIL-STD-3004-1.
- ISO Container – Maintenance/Repair: Performing routine maintenance and minor repairs on ISO containers.
- ISO Container – Inspection.
Contractor responsibilities include providing all necessary labor, tools, materials, equipment, and qualified personnel with valid driver's licenses and HAZMAT transport knowledge. Required deliverables include a Contract Compliance Plan (CCP), Event Reports, Fuel Loss Reports, Accident Reports, Driver Reports, and Damage/Loss Reports.
Contract Details
- Contract Type: Hybrid Firm Fixed-Price (FFP) with potential for Time and Materials (T&M) for maintenance/repair, though the resulting contract will be awarded as FFP.
- Period of Performance: One base year from February 15, 2026, to February 14, 2027, with four subsequent one-year option periods.
- Estimated Value: Not explicitly stated, but the Not-to-Exceed (NTE) amount for maintenance/repair (Line Item 0004) is capped at 10% of the overall contract value.
- Set-Aside: 100% set aside for Small Business concerns.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance).
- Product Service Code: V112 (Motor Freight).
Submission & Evaluation
- Proposal Submission Deadline: November 21, 2025, at 1:00 PM local Fort Belvoir time.
- Submission Method: Via email to BulkFuelsBidCustodian@dla.mil. Proposals must be typed, in PDF format. Attachments must be in PDF format, password-protected for "read only" if not PDF. The total email size limit is 10 MB.
- Required Documents: Offeror Submission Package (OSP), signed Standard Form 1449, Offer Schedule (Section B), applicable fill-in clauses, Past Performance Experience and Questionnaire, and signed Amendments.
- Evaluation Criteria: Proposals will be evaluated based on Technical Capability (including Area of Consideration, ISO Tank Requirement, Responsibilities, Government Furnished Equipment, and Proof of Insurance), Past Performance, and Price. Technical capability and past performance are combined to determine technical acceptability, with sub-factors rated Acceptable/Unacceptable.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) database.
Additional Notes
Amendment 0001 revised the Period of Performance and updated insurance clauses (adding FAR 52.228-5 and deleting H51.03) and evaluation factors for Proof of Insurance. A Quality Assurance Surveillance Plan (QASP) details government monitoring and evaluation of contractor performance. A Supplemental Quality Assurance Provision (SQAP) outlines stringent quality assurance, handling, testing, and documentation requirements for aviation fuel and other petroleum products. Insurance requirements include General Liability, Worker's Compensation, and Automobile Liability.