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

Specialized Freight (except Used Goods) Trucking (484230)

PSC

Motor Freight (V112)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

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 is soliciting proposals for the Pacific ISO Container Support Requirement (Solicitation SPE602-26-R-0701). This opportunity seeks non-personnel services for the transportation, cleaning, inspection, integrity testing, and maintenance/repair of DoD-leased Intermodal (ISO) Bulk Fuel Containers in Hawaii. This acquisition is a Total Small Business Set-Aside. The deadline for revised proposals is February 18, 2026.

Scope of Work

The contractor will provide comprehensive support for ISO containers, including:

  • Intermodal Container Transportation: Moving full or empty ISO containers between locations such as Hickam AFB, DFSP Pearl Harbor, Joint Base Pearl Harbor-Hickam, Honolulu Harbor, and Kalaeloa Barbers Point Harbor. This includes various fuel products (e.g., FSII, Lube Oil, Diesel Fuel, F24/JAA).
  • ISO Container Cleaning: Cleaning containers according to MIL-STD 3004-1, including disposal of residual product.
  • ISO Container Inspection & Testing: Performing general inspections and mandatory five-year re-certification integrity tests (IAW ISO 1496-3 and 49 CFR Part 180).
  • ISO Container Maintenance & Repair: Conducting routine maintenance and minor repairs to ensure containers pass cleaning and integrity tests. Major repairs require COR approval.
  • Personnel & Equipment: Contractor personnel must be qualified, possess valid driver's licenses, and be knowledgeable of HAZMAT transport regulations. The contractor must furnish necessary chassis, vehicles, loading/unloading equipment, and provide security for DoD-leased containers in their possession.
  • Reporting: Required reports include 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) with potential for Time and Materials (T&M) for maintenance/repair, with the preponderance of work expected to be FFP.
  • Period of Performance: One base year (April 1, 2026 – March 31, 2027) and four one-year option periods, extending the total performance through March 31, 2031.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 484230 (Specialized Freight Trucking, Long Distance), with a size standard of $41.5 million.
  • Product Service Code: V112 (Motor Freight).

Submission & Evaluation

  • Initial Proposal Submission Deadline: November 10, 2025, 12:00 PM local Fort Belvoir time.
  • Revised Proposal Submission Deadline: February 18, 2026. Offerors may submit revised proposals due to the NAICS code correction.
  • Submission Method: Proposals must be typed, in PDF format, and submitted via email to BulkFuelsBidCustodian@dla.mil.
  • 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 and past performance are combined to determine technical acceptability.

Additional Notes

Offerors must be registered in the System for Award Management (SAM). The solicitation includes various FAR and DFARS clauses, including DFARS 252.204-7018. A Quality Assurance Surveillance Plan (QASP) outlines government monitoring, and a Supplemental Quality Assurance Provision (SQAP) details requirements for handling aviation fuel and petroleum products. Insurance requirements include General Liability, Worker's Compensation, and Automobile Liability.

People

Points of Contact

Jones HysonsPRIMARY
Birgitta LapointSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Feb 25, 2026
View
Version 6Viewing
Solicitation
Posted: Feb 24, 2026
Version 5
Solicitation
Posted: Feb 4, 2026
View
Version 4
Solicitation
Posted: Feb 4, 2026
View
Version 3
Solicitation
Posted: Jan 27, 2026
View
Version 2
Solicitation
Posted: Jan 27, 2026
View
Version 1
Solicitation
Posted: Jan 8, 2026
View