PACIFIC ISO CONTAINER SUPPORT REQUIREMENT
SOL #: SPE602-26-R-0701Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA ENERGY
FORT BELVOIR, VA, 22060, United States
Place of Performance
Honolulu, HI
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)
PSC
Motor Freight (V112)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 8, 2026
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Nov 21, 2025, 6:00 PM
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 Pacific ISO Container Support Requirements. This Total Small Business Set-Aside seeks services for the transportation, cleaning, inspection, integrity testing, and maintenance/repair of DoD-leased Intermodal (ISO) Bulk Fuel Containers in Hawaii. Proposals are due November 10, 2025, by 12:00 PM local Fort Belvoir time.
Scope of Work
The contractor will provide non-personnel services for ISO containers, including:
- Transportation: Moving empty or full ISO containers for various fuel products (e.g., FSII, Lube Oil, Diesel Fuel, F24/JAA) between locations such as Hickam AFB, DFSP Pearl Harbor, Joint Base Pearl Harbor-Hickam, Honolulu Harbor, and Kalaeloa Barbers Point Harbor.
- Cleaning: Cleaning ISO containers according to MIL-STD-3004-1, including disposal of residual product.
- Inspection & Testing: Performing ISO container inspections per ISO 1496-3 and mandatory five-year re-certification integrity tests per 49 CFR.
- Maintenance & Repair: Performing routine maintenance and minor repairs on ISO containers.
- Personnel & Equipment: Furnishing all necessary labor, tools, materials, equipment (chassis, vehicles), and ensuring personnel are qualified, possess valid driver's licenses, and are knowledgeable of HAZMAT transport regulations.
Contract Details
- Contract Type: Hybrid Firm Fixed-Price (FFP) / Time and Materials (T&M), with the majority of work expected to be FFP.
- Period of Performance: One (1) base year from April 1, 2026, to March 31, 2027, followed by four (4) one-year option periods, extending the total performance through March 31, 2031.
- Set-Aside: 100% Total Small Business Set-Aside. Offerors must be registered in SAM.
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance).
- Place of Performance: Honolulu, HI.
Submission & Evaluation
- Proposal Submission: Offers must be submitted via email to BulkFuelsBidCustodian@dla.mil by the deadline. Proposals must be typed, in PDF format, with a total email size limit of 10 MB.
- 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), Past Performance, and Price. Technical sub-factors will be rated Acceptable or Unacceptable.
- Required Documents: Offeror Submission Package (OSP) including signed SF1449, Offer Schedule (Section B), applicable fill-in clauses, Past Performance Experience and Questionnaire, and signed Amendments.
Important Notes
- The solicitation includes a Quality Assurance Surveillance Plan (QASP) outlining government monitoring and evaluation procedures, and a Supplemental Quality Assurance Provision (SQAP) for petroleum product handling.
- Offerors must acknowledge all amendments. The latest amendment (0002) revised the Period of Performance.
- Specific insurance requirements (General Liability, Worker's Compensation, Automobile Liability) are detailed.
- Contact Mr. Jones Hysons (Jones.Hysons@dla.mil) or Ms. Birgitta Lapoint (Birgitta.Lapoint@dla.mil) for questions.
People
Points of Contact
Jones HysonsPRIMARY
Birgitta LapointSECONDARY
Files
Versions
Version 7
Solicitation
Posted: Feb 25, 2026
Version 6
Solicitation
Posted: Feb 24, 2026
Version 5
Solicitation
Posted: Feb 4, 2026
Version 4Viewing
Solicitation
Posted: Feb 4, 2026
Version 3
Solicitation
Posted: Jan 27, 2026
Version 2
Solicitation
Posted: Jan 27, 2026
Version 1
Solicitation
Posted: Jan 8, 2026