Self-Dumping Hoppers
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 DLA Disposition Services has issued a Combined Synopsis/Solicitation for the purchase and delivery of Self-Dumping Hoppers for its field sites worldwide. This is a full and open competition under NAICS 332439. Quotes are due by May 15, 2026, at 1:00 p.m. EST.
Scope of Work
This is a Firm-Fixed Price (FFP), one-time purchase contract for new self-dumping hoppers. The requirement includes four Contract Line Item Numbers (CLINs) for various quantities and sizes:
- CLIN 0001: 22 units of 1 Cubic Yard Self-Dumping Hoppers without lids.
- CLIN 0002: 10 units of 2 Cubic Yard Self-Dumping Hoppers with lids.
- CLIN 0003: 16 units of 4 Cubic Yard Self-Dumping Hoppers without lids.
- CLIN 0004: 4 units of 4 Cubic Yard Self-Dumping Hoppers with lids.
Hoppers must meet specific salient characteristics, including forklift transportability, easy dump release, 90-degree self-dumping angle, smooth pouring lip, locking mechanism, safety mechanism for forklift security, heavy-duty steel construction, and a watertight interior. All hoppers must have a 6,000 LB maximum weight capacity. The 2-cubic yard hoppers specifically require a steel trifold lid. Delivery locations include Kaiserslautern, Aviano, Grafenwoehr, Incirlik, and Sigonella.
Key Deliverables & Requirements
- Manuals: One digital and one hard copy of Operators Manual Guide, and Maintenance and Service Manual for each hopper type.
- Warranty: Manufacturer's standard equipment warranty, commencing upon delivery and acceptance.
- Origin: Items must be manufactured in the USA or a Trade Agreement Act (TAA) compliant country. Products from non-qualifying countries (e.g., China) will not be considered.
- Delivery: During normal government working days (Monday-Friday), excluding federal holidays. Contractors must notify designated points of contact 14 business days prior to delivery.
- Compliance: Contractors are responsible for base access coordination, spill clean-up, and compliance with all applicable federal, state, and local laws and regulations.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Firm-Fixed Price, one-time purchase)
- Set-Aside: Full and Open
- NAICS: 332439 (Size Standard: 600 employees)
- Quotes Due: May 15, 2026, at 1:00 p.m. Eastern Standard U.S. Time
- Published: April 15, 2026
Evaluation & Submission
Award will be made to the responsible contractor on the basis of the Lowest Evaluated Price Technically Acceptable (LEPTA). Offerors must submit detailed technical specifications to verify salient characteristics, state delivery lead-time, and specify the place of manufacture/country of origin. Quotes must be in U.S. Dollars and submitted via email to matthew.wonch@dla.mil. Late, partial, or incomplete quotes will not be accepted. Invoicing will be through the Wide Area Workflow (WAWF) system.