SHIPPING and STORG
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) Aviation at Huntsville, AL is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price contract for Specialized Shipping and Storage Containers (NSN: 8145-01-460-9393, Part Number: 8145PK900100-01). This acquisition is a Women-Owned Small Business (WOSB) Program Sole Source set-aside. Proposals are due by April 23, 2026.
Scope of Work
This opportunity requires the provision of specialized shipping and storage containers. Key deliverables include:
- Packaging and Marking in accordance with MIL-STD-2073-1.
- IUID Markings as per DFARS clause 252.211-7003.
- Arms Export Control regulations are applicable.
- Inspection and Acceptance will occur at the Origin, with deliveries being FOB Origin.
Contract Details
- Contract Type: Five-year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price.
- Quantities: The basic contract has a minimum quantity of 198 Each, with a maximum of 990 Each over the IDIQ period. Delivery orders will have a minimum of 10 units, and a maximum shipment of 50 units per month unless otherwise agreed.
- Delivery: Deliveries are required within 360 Days After Contract Award (DACA). The synopsis indicates deliveries to CHERRY POINT, NC, 28533-5040.
- DPAS: This is a DO rated order under the Defense Priority and Allocations System (DPAS).
Eligibility & Submission
- Set-Aside: This is a Women-Owned Small Business (WOSB) Program Sole Source set-aside, exclusively for 100% WOSB concerns.
- Proposal Submission: Proposals must be submitted via email; facsimile proposals will not be accepted.
- Technical Data Package (TDP): A TDP will be provided via DOD SAFE site upon email request. Offerors and their sources must possess an active United States/Canada Joint Certification Program (JCP) certification to access export-controlled data.
- Cost Data: Offerors may be required to submit "Other Than Certified Cost or Pricing Data" if requested, as this is considered a sole source requirement.
Evaluation & Key Dates
- Evaluation Basis: Award will be made on a Lowest Priced Technically Acceptable (LPTA) basis.
- Proposal Due Date: April 23, 2026, by 02:00 PM local time.
- Published Date: April 8, 2026.
Important Notes
No Flight Safety/Critical Safety Item (CSI), Production Lot Testing (PLT), First Article Test (FAT), Serial Number Requirement Reporting (SNRR), TAMMS-A markings, or Contractor Furnished Reusable Container are required. Accelerated delivery is encouraged at no additional cost to the Government.