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 (Solicitation SPE602-26-R-0701). This requirement is 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 by November 10, 2025, at 12:00 PM Fort Belvoir time.
Scope of Work
The contractor will provide non-personnel services for:
- Transportation: Moving ISO containers (filled or empty) for various fuels and lubricants between locations including 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 Part 180.
- Maintenance/Repair: Performing routine and minor repairs to ISO containers; major repairs require COR approval.
- Personnel: Contractor personnel must be qualified, possess valid driver's licenses, and be knowledgeable of HAZMAT transport regulations.
- Equipment: Contractor must furnish necessary chassis, vehicles, loading/unloading equipment.
- Security: Provide security for DoD-leased ISO containers in their possession.
- Reporting: Various reports are required, including Contract Compliance Plan, Event Reports, Fuel Loss Reports, Accident Reports, Driver Reports, and Damage/Loss Reports.
Contract Details
- Contract Type: Hybrid Firm Fixed-Price (FFP) / Time and Materials (T&M), with the resulting contract awarded as FFP.
- Period of Performance: One base year (April 1, 2026 - March 31, 2027) with four one-year option periods, extending through March 31, 2031.
- Place of Performance: Honolulu, HI, including specific locations like Hickam AFB and DFSP Pearl Harbor.
- NAICS Code: 484230 (Specialized Freight Trucking, Long Distance), Size Standard $41.5 million.
- Estimated Value: Not explicitly stated, but the Not-to-Exceed (NTE) for maintenance/repair is capped at 10% of the overall contract value.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted via email to BulkFuelsBidCustodian@dla.mil by November 10, 2025, 12:00 PM Fort Belvoir time. Proposals must be typed and in PDF format.
- Evaluation Factors: Offers will be evaluated on Technical Capability (including Area of Consideration, ISO Tank Requirement, Responsibilities, Government Furnished Equipment, and Proof of Insurance), Past Performance, and Price. Technical capability sub-factors will be rated Acceptable or Unacceptable.
Eligibility & Set-Aside
This acquisition is a Total Small Business Set-Aside. Offerors must be registered in the System for Award Management (SAM) database.
Key Amendments
Amendment 0003 corrected the NAICS code from 811310 to 484230. It also added DFARS clause 252.204-7018. Offerors currently in the competitive range may submit revised proposals by February 18, 2026, if the NAICS change affects their eligibility or proposal content.
Contact Information
For questions, email Mr. Jones Hysons at Jones.Hysons@dla.mil and Ms. Birgitta Lapoint at Birgitta.Lapoint@dla.mil.