WEST COAST ISO CONTAINER PROCUREMENT SOLICITATION SPE602-25-R-0709
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 storage and transportation of Department of Defense (DoD)-Leased Bulk Fuel ISO Containers with Chassis across the West Coast region. This requirement supports the movement and maintenance of 20-foot ISO frame containers used for fuel products such as Fuel System Icing Inhibitor (FSII) and Lube Oil. Proposals are due September 26, 2025.
Scope of Work
The contractor will provide comprehensive logistics and maintenance support for ISO containers and government-furnished chassis in the Seattle, WA and Los Angeles, CA areas. Key requirements include:
- Storage: Secure 24-hour storage capacity for up to 30 containers and chassis.
- Transportation: Intermodal movement between loading points (Portland, Seattle, Los Angeles, Tacoma) and discharge locations or Sea Ports of Embarkation (POE).
- Maintenance & Inspection: Annual chassis inspections and minor repairs; the contractor is responsible for 100% accountability of equipment.
- Cleaning: Container cleaning and decontamination in accordance with MIL-STD-3004-1C.
Contract & Timeline
- Type: Firm-Fixed Price (FFP)
- Duration: Base year (Award through July 31, 2026) plus four one-year option periods extending through July 2030.
- Set-Aside: Total Small Business (NAICS 484230).
- Response Due: September 26, 2025, at 10:00 AM EST.
Evaluation Factors
Selection will be based on a best-value determination considering three primary factors:
- Technical Capability: Assessment of facility location, equipment descriptions, and ability to meet performance objectives.
- Past Performance: Review of similar contracts held within the last two years.
- Price: Evaluation of proposed pricing against the Government Target Objectives detailed in Amendment 0005.
Submission Requirements
Offerors must submit a signed SF1449, the Offer Submission Package (OSP), and pricing for all base and option years via email to BulkFuelsBidCustodian@dla.mil.