Wooden Shipping Containers
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) Distribution is soliciting proposals for Wooden Shipping Containers under a Combined Synopsis/Solicitation. This is a 100% Small Business Set-Aside for a Fixed-Price with Economic Price Adjustment (FP EPA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The quote submission deadline is April 24, 2026, at 12:00 PM EST.
Purpose & Scope
This opportunity seeks to procure plywood or paper overlaid veneer boxes (telescopic) conforming to ASTM B660-23 standards. The containers are for DLA Distribution facilities, with the contractor's shipping obligation ending at Defense Distribution San Joaquin, CA (DDJC). Crates must be assembled, ISPM-15 heat treated, and have a gross weight not exceeding 500 pounds. The scope is limited to crate construction, not packing items into them. Visual references of required crates are provided via image attachments.
Key Requirements
- Dimensions: Three specific CLINs (0001, 0002, 0003) with inside measurements requiring an additional ½" (e.g., 36 ½" x 144 ½") and a tolerance of -0 inches/+1/8 inches.
- Materials: Fiberboard top must be DW and weather resistant. All lumber must be ISPM-15 heat treated, with one exterior side smooth for marking. Corrugated sheathing must be weather resistant double-walled fiberboard (ASTM D 4727 DW). A cut list has been provided.
- Packaging & Labeling: Packaging must follow ASTM D3951-10 and MIL-STD-129R. The government will not provide labels.
- Samples: One sample of each of the three container types is required within 15 calendar days after contract award, for inspection and approval at DDOO.
- Pallets: The requirement for 48"x40" winged pallets has been removed.
- Delivery: All shipments will be FOB Destination to DDJC, CA. Delivery lead time is 30 days from the date of order (ARO) per delivery order. A single delivery order may be fulfilled across multiple shipments. Estimated monthly order volume is approximately 120 units of 36"/48" and 80 units of 60", with a total monthly limit of 250 units across all three sizes.
Contract Details
- Type: Fixed-Price with Economic Price Adjustment (FP EPA) Indefinite Delivery, Indefinite Quantity (IDIQ).
- Ordering Period: June 1, 2026 – May 31, 2031 (5 ordering periods).
- Value: Guaranteed Minimum $16,000.00; Maximum $6,380,381.44.
- Set-Aside: 100% Small Business.
- NAICS Code: 321920 (Size Standard: 500 employees).
- Product Service Code (PSC): 8115.
Submission & Evaluation
- Submission Deadline: April 24, 2026, 12:00 PM EST.
- Submission Method: Electronic via email to Sharon.stine@dla.mil. Subject line: SP3300-26-Q-5007 Quotation – “Quoter’s Company Name.”
- Quote Format: Submit as THREE (3) separate files: Technical Capability, Past Performance, and Pricing & Administrative.
- Evaluation: Award will be made to the responsible Quoter whose quote is most advantageous, considering price, technical capability, and past performance. Technical Capability and Past Performance are evaluated on an acceptable/unacceptable basis, with new entrants without recent CPARS rated as "Acceptable." Price is the determining factor among technically acceptable quotes.
Amendments
This solicitation has been amended three times. Amendment 0002 extended the quote submission deadline and provided answers to vendor questions. Amendment 0003 added a cut list and defined abbreviations. Bidders must acknowledge all amendments.