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 has issued Solicitation SPE602-26-R-0701 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 is a Total Small Business Set-Aside. Proposals are due November 10, 2025.
Scope of Work
The contractor will provide non-personnel services for five distinct line items:
- Intermodal Container Transportation: To/from Joint Base Pearl Harbor-Hickam (JBPHH), various ports, and intra-island, for various fuel products (e.g., FSII, Lube Oil, Diesel Fuel, F24/JAA).
- ISO Container Integrity Testing: Including mandatory five-year re-certification.
- ISO Container Cleaning: According to MIL-STD-3004-1, including disposal of residual product.
- ISO Container Maintenance/Repair: Routine maintenance and minor repairs.
- ISO Container Inspection: Per ISO 1496-3. The contractor must furnish all necessary labor, tools, materials, equipment, and qualified personnel, including those knowledgeable in HAZMAT transport regulations.
Contract Details
- Contract Type: Hybrid Firm Fixed-Price (FFP) / Time and Materials (T&M), with the preponderance of work expected to be FFP. The resulting contract will be awarded as FFP.
- Period of Performance: One (1) base year and four (4) one-year option periods, spanning from April 1, 2026, through March 31, 2031 (as updated by Amendment 0002).
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance).
- Product Service Code: V112 (Motor Freight).
Submission Requirements
- Proposal Due Date: November 10, 2025, by 12:00 PM local Fort Belvoir time.
- Submission Method: Via email to BulkFuelsBidCustodian@dla.mil. Proposals must be typed, in PDF format, and adhere to a 10 MB email size limit.
- Required Documents: Offeror Submission Package (OSP) including a signed Standard Form 1449, Offer Schedule (Section B), applicable fill-in clauses, Past Performance Experience and Questionnaire, and signed Amendments.
- Currency: Offers must be in U.S. dollars (USD).
Evaluation Factors
Proposals will be evaluated based on:
- Technical Capability: Including Area of Consideration, ISO Tank Requirement, Responsibilities, Government Furnished Equipment, and Proof of Insurance (referencing FAR 52.228-5 and 52.228-9). Technical sub-factors will be rated Acceptable or Unacceptable.
- Past Performance
- Price
Eligibility & Set-Aside
This acquisition is a Total Small Business Set-Aside (FAR 19.5). Offerors must be registered in the System for Award Management (SAM) database.
Key Attachments & Notes
Bidders should review the Quality Assurance Surveillance Plan (QASP) (Attachment 2) to understand performance monitoring and evaluation criteria, and the Supplemental Quality Assurance Provision (SQAP) (Attachment 3) for stringent quality, handling, testing, and documentation requirements for petroleum products. Specific insurance requirements (General Liability, Worker's Compensation, Automobile Liability) are detailed. Offerors must acknowledge all amendments.