Chemical Management Services (CMS)/ Third Party Logistics Services (3PL) for Fleet Readiness Centers (FRCE, FRCSE, FRCSW, and FRCMA)
ID: SP330026SS5001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

General Warehousing and Storage (493110)

PSC

HOUSEKEEPING- WAREHOUSING/STORAGE (S215)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking industry feedback through a Request for Information (RFI) for Chemical Management Services (CMS) and Third Party Logistics (3PL) support services for Fleet Readiness Centers (FRCs) located in Cherry Point, NC; Jacksonville, FL; Norfolk/Oceania, VA; and North Island, CA. The primary objective of this procurement is to manage the entire chemical lifecycle, which includes procurement, inventory management, distribution, usage, disposal, and reporting of hazardous materials, while ensuring compliance and minimizing risks. This initiative is crucial for maintaining operational readiness and efficiency within the DLA's logistics framework, particularly in managing hazardous materials essential for various maintenance and operational activities. Interested parties are encouraged to review the attached documents, including the draft Performance Work Statement (PWS) and vendor information form, and provide their feedback to Brittany Schofield at brittany.schofield@dla.mil or Christa Becker at christa.becker@dla.mil by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Performance Work Statement (PWS) for Chemical Management Services (CMS) for the Defense Logistics Agency (DLA) Weapons Support. The DLA requires a third-party logistics (3PL) service provider to manage the entire chemical lifecycle, including procurement, inventory, distribution, use, disposal, and reporting. The contractor is responsible for reducing chemical use, waste, and costs, and ensuring on-time supply while minimizing risks to the government. Key objectives include decreasing purchase and disposal costs, reducing compliance burdens, and proactive customer satisfaction. The contract outlines specific performance locations, work hours, and interaction protocols with government organizations. It details personnel requirements, security clearances, and training, emphasizing the importance of key personnel. The document also addresses government-provided facilities, equipment, and IT systems, along with contractor responsibilities for material support and equipment. Transition tasks and environmental and safety compliance are also highlighted as critical aspects of the contract.
    The document, titled "Never Out List - Cherry Point (New Contract)", appears to be a list of materials, likely hazardous, required for a new contract at Cherry Point. The list details various items by their NSN/LSN, description/nomenclature, unit of issue (UI), and government-authorized quantity. The items include a range of chemical compounds such as BONDERITE M-CR 1600 AERO, EMULSIFIER, HYDRAULIC FLUID, SCALE REMOVER, CLEANER, PAINT REMOVER, SCALE CONDITIONER, ETHYLENE GLYCOL, BONDERITE M-AD 1660 AERO, ADHESIVE SOLVENT, SODIUM ZINCATE SOLUTION, PLATING SOLUTION, TECTYL 275 CORROSION PREVENTIVE COMPOUND, BRAZING CEMENT, PRIMER, and SAVINYL GREEN DYE SOLUTION. The repeated use of "HAZMT" in the NSN/LSN for many items indicates that these are hazardous materials. This document serves as a critical inventory or procurement list, ensuring the availability of necessary (likely hazardous) materials for operations under the new contract.
    The government file is a comprehensive list of requests for various chemicals, lubricants, sealants, adhesives, and other industrial materials, categorized by status (F for fulfilled, B for backordered) and National Stock Number (NSN). The items include curing solutions, engine oils, plating solutions, sealants, adhesives, lubricants, cleaning compounds, and various gases like hydrogen, oxygen, nitrogen, and argon. Many entries specify quantities, packaging types, and often indicate that the item is part of a multi-component kit. The file reflects procurement needs for a diverse range of operational and maintenance activities, covering hazardous materials, general industrial supplies, and specialized chemical components, highlighting ongoing supply chain activities within government operations.
    The document, titled "NEVER OUT LIST JACKSONVILLE," is a comprehensive inventory of various industrial and chemical products, likely indicating materials that must always be in stock or readily available for operations in Jacksonville. The list includes welding powders, plastic blast abrasives, ammonium hydroxide, high-pressure cleaning compounds, SIFCO nickel acid, cleaning and deoxidizing solutions, aircraft cleaners, epoxy primers, sealing compounds, adhesives for aircraft fuel cells, lubricating oils, and other specialized chemicals. Several items are designated as "Sole Source," suggesting specific procurement requirements. The inventory also specifies unit of issue (e.g., CO for container, DR for drum, KT for kit, GL for gallon, LB for pound) and the minimum authorized quantity for each item. This list is critical for supply chain management, ensuring the continuous availability of essential materials for maintenance, manufacturing, or operational readiness, particularly in contexts involving aviation or heavy industrial processes.
    The provided government file details numerous order requests placed between January 3rd and January 31st, 2023. Each entry includes the date ordered, an order request number, a National Stock Number (NSN) or similar identifying code, the order quantity, unit of issue, issue point code, request status code (F for fulfilled, B for backordered), and the order completion date. The file primarily consists of materials and supplies, with NSN categories such as 8030, 6850, 8010, 9150, and others, indicating a wide range of items from various classifications. Most orders are for quantities ranging from 1 to 60 units, with a few larger orders up to 200 units. A significant portion of the orders placed in early January were fulfilled within days, while many others were backordered, with completion dates extending into March, April, May, July, and even October 2023. This suggests ongoing procurement activities with a mix of immediate fulfillments and longer lead times for certain items.
    The document, titled "NEVER OUT LIST NORTH ISLAND," is a comprehensive inventory of various materials, chemicals, and coatings, likely intended for procurement or management within a government facility. The list details items by their National Stock Number (NSN), description, unit of issue, and minimum authorized quantity. Key categories of items include cadmium metal and shot, plastic media, various acids (hydrochloric, nitric, sulfuric), bases (sodium hydroxide, potassium hydroxide), cyanides (potassium, sodium, silver), solvents (toluene, methylene chloride, acetone), and a wide range of epoxy primers and polyurethane coatings in various colors and finishes. The inventory also lists specialized products like CEE BEE cleaning agents, BONDERITE surface treatments, SEALING COMPOUNDS, and ADHESIVES. Noteworthy bulk orders mentioned include MIBK/MEK MIX and TURCO A/C SOAP for the Paint Complex. This file serves as a critical reference for maintaining stock levels of essential materials, many of which are hazardous, for operations at North Island.
    The Defense Logistics Agency (DLA) Weapons Support has issued a Request for Information (RFI) for Chemical Management Services (CMS) / Third Party Logistics (3PL) support services for Fleet Readiness Centers (FRCs) across various locations. The RFI seeks industry feedback on a draft Performance Work Statement (PWS), ordering history, and a
    Similar Opportunities
    DLA Commercial Price List Market Research
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.
    46--FEEDER,CHEMICAL SOL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 14 units of the chemical solution feeder, identified by NSN 4610015900317. This solicitation is part of a combined synopsis/solicitation and aims to fulfill specific logistical needs for military operations, emphasizing the importance of reliable chemical handling equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 70 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    DLA Commercial Solutions Opening (CSO) FY2026
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    PARTS CLEANING AND MAINTENANCE - SOLE SOURCE
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking a contractor for parts cleaning and maintenance services at its Weapons Support – VID, Industrial Plant Equipment (IPE) Services Division located in Mechanicsburg, Pennsylvania. The procurement involves maintaining and servicing 15 government-owned parts cleaning tanks, which includes periodic cleaning and fluid changes using Crystal Clean 142 Mineral Spirits, with a contract structured as a firm-fixed-price award over a base period of 12 months and two optional 12-month periods. This requirement is critical for ensuring the operational efficiency of industrial machinery, as the tanks are essential for cleaning machinery parts used in various defense applications. Interested vendors must submit their quotes by December 8, 2025, and ensure they are registered in the System for Award Management (SAM) prior to award; inquiries should be directed to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 807-2430.
    Reactive and Inactive Skin Decontamination Lotion
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking procurement for Reactive and Inactive Skin Decontamination Lotion (RSDL/ISDL). This contract involves the acquisition of specialized drugs and biologicals designed for decontaminating skin exposed to hazardous substances, which is critical for the safety and protection of military personnel in various operational environments. The opportunity is detailed in a redacted Justification and Approval document, indicating the importance of these products in maintaining troop readiness and safety. Interested vendors can reach out to Myrna I. Rodriguez at Myrna.Rodriguez@dla.mil or call 215.737.4711 for further information regarding this procurement.
    Wood Products RFI West 2026
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking feedback from small businesses regarding a follow-on contract for wood products under the Wood Products Tailored Logistics Support Contract (TLSC) for the West Region, set to expire in September 2026. The agency is conducting market research to inform the procurement of competitive Long Term Contracts (LTCs) for various wood products, including lumber and plywood, with a focus on understanding industry practices, product distribution capabilities, and logistical challenges. This initiative is crucial for ensuring a reliable supply of wood products for government applications, with orders to be delivered to multiple locations across the United States, including Alaska and Guam. Interested parties are encouraged to respond to the Request for Information (RFI) by December 12, 2025, and can reach out to primary contact Helen Patton at helen.patton@dla.mil or secondary contact Ashley Brown at ashley.n.brown@dla.mil for further details.
    41-Filter-Drier, Refrigerant Sources Sought Notice
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is conducting a market research survey for the procurement of "Filter-Drier, Refrigerant" (NSN: 4130-01-425-5357) to assess interest and capabilities for a potential one-time large buy of 70 units, with a 100% Quantity Option. This Sources Sought Notice aims to identify suppliers who can meet the requirements for this essential refrigeration component, which is critical for various military applications. Interested vendors are encouraged to submit their responses, including company details and product availability, by 3:00 PM EST on January 16, 2026, to the primary contacts, Manuel De La Hoz and Tiffany McFadden, via their provided email addresses. This notice serves as an informational inquiry and does not constitute a formal solicitation.
    Project CL25302001, Various Vehicle Parts
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking potential suppliers for a Long-Term Contract (LTC) involving various vehicle parts, specifically six National Stock Numbers (NSNs) related to vehicular components. The procurement includes items such as vehicular doors, cab assemblies, and interior vehicle panels, which are critical for maintaining military vehicle functionality and safety. Interested vendors are required to complete and submit a Market Research Questionnaire and Spreadsheet by December 12, 2025, to Camerson Siebeneck at camerson.siebeneck@dla.mil, with further details and specifications available through the provided links to drawings and documents.
    DCSA IS NIS-CVS Request for Information
    Buyer not available
    The Defense Counterintelligence and Security Agency (DCSA) is seeking information from qualified contractors for National Industrial Security (IS) Compliance and Verification Services (NIS-CVS) through a Request for Information (RFI). The objective is to gather insights to refine procurement documentation for future solicitations, focusing on providing operational support in program management, technical analysis, risk identification, and oversight of security databases related to the National Industrial Security Program (NISP). This initiative is crucial for ensuring the protection of classified information within the defense industrial base and enhancing the effectiveness of security measures in an evolving environment. Interested vendors must submit their responses, including a completed RFI Response Form and pricing estimates, by December 12, 2025, with questions due by December 3, 2025. For further inquiries, contact Rory Page at rory.j.page.civ@mail.mil or Grant Reeves at grant.d.reeves3.civ@mail.mil.