PACIFIC ISO CONTAINER SUPPORT REQUIREMENT

SOL #: SPE602-26-R-0701Solicitation

Overview

Buyer

FORT BELVOIR, VA, 22060, United States

Place of Performance

Honolulu, HI

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Motor Freight (V112)

Set Aside

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

Timeline

1
Posted
Jan 8, 2026
2
Last Updated
Mar 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 services for the transportation, cleaning, inspection, integrity testing, and maintenance/repair of leased Intermodal (ISO) Bulk Fuel Containers supporting Department of Defense (DoD) operations in Hawaii. The contract is a Total Small Business Set-Aside. Proposals are due by November 21, 2025, 1:00 PM local Fort Belvoir time.

Scope of Work

The contractor will provide non-personnel services for five distinct line items:

  • Intermodal Container Transport: Moving ISO containers (full or empty) to/from Joint Base Pearl Harbor-Hickam (JBPHH), various ports in Honolulu, and for intra-island transport. This includes various fuels and lubricants.
  • ISO Container Cleaning: Cleaning containers according to MIL-STD-3004-1, including flushing and disposal of residual product, and providing cleaning certificates. Detergents are prohibited.
  • ISO Container Inspection & Testing: Performing mandatory five-year re-certification integrity tests (IAW ISO 1496-3 and 49 CFR) and general inspections.
  • ISO Container Maintenance/Repair: Performing routine maintenance and minor repairs on ISO containers, with major repairs requiring COR approval.
  • General Responsibilities: Furnishing all necessary labor, tools, parts, materials, equipment, and qualified personnel (e.g., valid driver's licenses, HAZMAT knowledge, TWIC, DBIDS). Ensuring security for DoD-leased containers and providing various reports (e.g., Contract Compliance Plan, Event Reports, Fuel Loss Reports).

Contract Details

  • Contract Type: Hybrid Firm Fixed-Price (FFP) with potential for Time and Materials (T&M) for specific maintenance/repair tasks (CLIN 0004).
  • Period of Performance: One base year (April 1, 2026 - March 31, 2027) and four one-year option periods, extending through March 31, 2031.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance).
  • Place of Performance: Honolulu, HI (including Hickam AFB, DFSP Pearl Harbor, and various ports).
  • Estimated Value: Not explicitly stated, but the Not-to-Exceed (NTE) for maintenance/repair is capped at 10% of the overall contract value.

Submission & Evaluation

  • Proposal Submission: Proposals must be submitted via email to BulkFuelsBidCustodian@dla.mil by November 21, 2025, 1:00 PM local Fort Belvoir time. Submissions must be typed and in PDF format. Late proposals will not be accepted.
  • Evaluation Criteria: Offers will be evaluated based on Technical Capability (rated Acceptable/Unacceptable, including Area of Consideration, ISO Tank Requirement, Responsibilities, Government Furnished Equipment, and Proof of Insurance), Past Performance, and Price.
  • Eligibility: Offerors must be registered in the System for Award Management (SAM) database.

Key Amendments & Notes

  • Period of Performance: Amended to April 1, 2026 - March 31, 2031.
  • Contract Clauses: Recent amendments added FAR 52.232-7 (Payments Under T&M), FAR 52.216-7 (Allowable Cost and Payment), DFARS 252.204-7020 (NIST SP 800-171 DoD Assessment), and DFARS 252.232-7006 (WAWF Payment Instructions) for T&M/LH invoices.
  • Cleaning Requirements: Updated to prohibit detergents and require cleaning certificates annotating the last three previous cargos.
  • Quality Assurance: A Quality Assurance Surveillance Plan (QASP) details government monitoring and evaluation procedures, including performance standards for transportation, cleaning, testing, and maintenance/repair.

Contact Information

For questions, contact Mr. Jones Hysons (Jones.Hysons@dla.mil) and Ms. Birgitta Lapoint (Birgitta.Lapoint@dla.mil).

People

Points of Contact

Jones HysonsPRIMARY
Birgitta LapointSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Mar 25, 2026
View
Version 7
Solicitation
Posted: Feb 25, 2026
View
Version 6
Solicitation
Posted: Feb 24, 2026
View
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 1Viewing
Solicitation
Posted: Jan 8, 2026