ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

HAZMAT BUILDING

DEPT OF DEFENSE SPMYM226Q5756
Response Deadline
Mar 13, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking quotations for a HAZMAT building, specifically designed for the storage and dispensing of hazardous materials. This procurement is a total small business set-aside under NAICS code 332311, and the selected contractor will provide a prefabricated, modular structure that meets stringent safety and compliance standards, including fire resistance and explosion-proof features. The contract will be awarded as a firm fixed-price supply contract with delivery to Bremerton, Washington, and interested vendors must submit their completed quotes by March 13, 2026, at 10:00 AM local time. For inquiries, contact Denise M. Quist at Denise.Quist@dla.mil or 360-476-6075.

Classification Codes

NAICS Code
332311
Prefabricated Metal Building and Component Manufacturing
PSC Code
5450
MISCELLANEOUS PREFABRICATED STRUCTURES

Solicitation Documents

4 Files
26Q5756 HAZMAT BUILDING.pdf
PDF25275 KBMar 9, 2026
AI Summary
The DLA MARITIME - PUGET SOUND Contracting Division has issued a Request for Quotation (RFQ) identified as SPMYM226Q5756, for commercial products and services. This acquisition is 100% set aside for small businesses under NAICS code 332311, with a size standard of 750. The solicitation, issued on March 9, 2026, has an offer due date of March 13, 2026, at 10:00 AM local time. It incorporates by reference FAR 52.212-1 and 52.212-4, with FAR 52.212-3 and 52.212-5 attached. The document specifies delivery to FOB Destination and details the contact information for solicitation inquiries as Denise Quist (Denise.Quist@dla.mil, 385-591-9092).
Technical ordering data.pdf
PDF3733 KBMar 9, 2026
AI Summary
The document outlines detailed requirements for a portable hazardous material locker/building, intended for use in federal government RFPs, federal grants, and state/local RFPs. This movable, modular, and prefabricated structure is specifically designed for storing and dispensing Class 1A and 1B flammable liquids. Key requirements include compliance with OSHA 29 CFR 1910, NFPA 1, 17, 30, and 70, and approval by a Nationally Recognized Testing Lab (NRTL). The locker must be turn-key, constructed of welded steel (ASTM A36) with specific dimensions (26'x9'x9' +/- 1 foot), and feature a minimum 4-hour fire resistance for walls and 3-hour for doors and roof. It requires explosion-proof interior electrical components for NEC Class 1, Division 1, Group C&D hazardous locations, and must withstand continuous outdoor use in wet industrial environments, including saltwater exposure, within a temperature range of 10-105°F and up to 100% non-condensing humidity. Critical features include adjustable, non-sparking shelves, climate control (65°F +/- 5°F) with explosion-proof heating and air conditioning, an explosion-proof exhaust fan, and a dry chemical fire suppression system with external alarms. Electrical service must be 240V AC, one-phase, 60 Hz, with a NEMA-rated power connection and main breaker. The design also mandates explosion relief panels, internal and external LED lighting, a GFCI duplex outlet, and comprehensive grounding. A liquid-tight spill-containment floor sump, corrosion-resistant paint (tan/white), and seismic tie-down anchoring points are also specified. The building must be engineered for safe lifting by forklift (with welded pockets) and crane (with integral pad-eyes meeting ASME B30.26 and BTH-1 standards), with detailed lift point requirements including load testing or magnetic particle testing. Comprehensive operation, maintenance, and repair manuals are also required.
CDRL- operation and maintenance manuals.pdf
PDF473 KBMar 9, 2026
AI Summary
The document is a Contract Data Requirements List (CDRL) for Commercial Off-The-Shelf (COTS) Manuals and Associated Supplemental Data, specifically Operation & Maintenance Manuals for a HAZMAT BUILDING. It outlines the requirements for data submission, including the authority (DI-TMSS-80257C), contract reference, and requiring office (PURCHASING ACTIVITY). The data item is assigned Distribution Statement D, meaning it is authorized for DoD and DoD contractors only, with other U.S. requests referred to COMNAVSEASYSCOM, effective 1/26/2026. Submissions, including certification/data reports, must be attached in the Wide Area Workflow (WAWF) e-Business Suite, with email notifications sent to PSNS.WAWFQACertifications.FCM@navy.mil. Acceptance or rejection of these documents will occur concurrently with the corresponding material, not prior to shipment.
CDRL- lift sketches - designs.pdf
PDF403 KBMar 9, 2026
AI Summary
This government file details a Contract Data Requirements List (CDRL) for a Certification/Data Report, specifically concerning Lift Sketches/Designs, identified as Data Item No. DI-MISC-80678. The document outlines requirements for vendors to provide specific values in accordance with procurement specifications, ensuring certifications are traceable to materials via unique markings. Distribution is restricted to DoD and DoD contractors only, with requests from other U.S. entities referred to COMNAVSEASYSCOM. The file specifies that Certification/Data Report documentation must be attached to the Wide Area Workflow (WAWF) e-Business Suite, with email notifications sent to PSNS.WAWFQACertifications.FCM@navy.mil upon submission. Acceptance or rejection of this documentation will occur concurrently with the corresponding material, not prior to shipment.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 9, 2026
deadlineResponse DeadlineMar 13, 2026
expiryArchive DateMar 28, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA MARITIME - PUGET SOUND

Point of Contact

Name
DENISE M. QUIST

Place of Performance

Bremerton, Washington, UNITED STATES

Official Sources