Warehousing and Distribution Services at DLA Distribution San Diego, CA
ID: SP330025R5002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

General Warehousing and Storage (493110)

PSC

HOUSEKEEPING- WAREHOUSING/STORAGE (S215)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a follow-on contract to provide warehousing and distribution services at DLA Distribution San Diego, California. The contract encompasses a range of operations including receiving, storage, inventory management, packaging, and distribution of military supplies, with a total estimated ceiling value of approximately $137.3 million over a five-year period. These services are critical for supporting on-base and worldwide logistics operations for the Armed Forces. Interested contractors must submit their electronic proposals by December 2, 2025, and can direct inquiries to Julie Leasure at Julie.Kemper2@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0002 for solicitation SP3300-25-R-5002, issued on October 15, 2025, by DLA Distribution Acquisition Operations (J7), addresses a critical omission from the original posting. This amendment provides the previously missing Attachment 35, the Past Performance Questionnaire, which is essential for offerors. The solicitation, originally dated October 7, 2025, remains unchanged in its other terms and conditions. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered, with the deadline for offers not extended by this modification. The amendment emphasizes the importance of including all required documents for a complete submission.
    Amendment 0004 to Solicitation SP3300-25-R-5002 addresses various offeror questions and revises several solicitation documents and attachments. Key changes include clarification on mistakenly uploaded forms, incorporation of Attachment 11 (Contract Data Requirements List), and revisions to Attachments 1, 2, 7, 11, 20, 25, and 27. The amendment clarifies page limitations for certain proposal sections, the required verification for facility clearance, and the interpretation of "TAB" references for contract references. It also confirms the maximum ceiling value for the solicitation and corrects PWS section references for CLINs related to Special Projects/Surge & Sustainment. Further clarifications cover the applicability of CBA rates versus Wage Determinations, the format for price proposals, and the status of government-provided vehicles. The document also provides responses regarding APL deductions, Past Performance Questionnaires, and the use of CPARs, emphasizing that all other terms and conditions remain unchanged.
    The Performance Work Statement (PWS) for RFP SP3300-25-R-5002 details requirements for warehouse and distribution operations for the Defense Logistics Agency (DLA) Distribution. This contract focuses on managing, operating, and performing distribution center functions, including receiving, storage, inventory, packaging, and worldwide transportation of military items. Key aspects include adherence to DLA Standard Operating Procedures, audit sustainment, and the use of Warehouse Management Systems (WMS). The document outlines general conditions, personnel requirements (including key roles like Site Manager and Security Specialist, and non-key roles such as Warehouse Specialist and Transportation Assistant), and stringent security protocols for government property and information. It also covers safety, occupational health, radiation protection, and electrostatic discharge control programs, along with comprehensive transition plans for services and personnel. Specific tasks detail distribution services, physical inventory, transportation, and packaging, emphasizing compliance with DLA and DoD regulations to provide efficient logistics support to the Armed Forces.
    The provided government file, likely an attachment or cover page for a larger document related to federal RFPs, grants, or state/local RFPs, states that for the best experience, the PDF portfolio should be opened in Acrobat X or Adobe Reader X, or later versions. It also includes a prompt to 'Get Adobe Reader Now!' The main purpose of this file is to inform the user about the optimal software required to view the full document and to provide a link or suggestion for obtaining the necessary software.
    Attachment 2, SP3300-25-R-5002, details site-specific requirements for warehouse and distribution operations at DLA Distribution San Diego, California (DDDC), supplementing Attachment 1. The contractor will support Navy Fleet units, Fleet Readiness Center Southwest, and San Diego County units, including emergent and high-priority workloads. Key areas include operating two sites (Naval Base San Diego and Naval Base Coronado – North Island) with 24/7 on-call support, adherence to gate access, and specific hours for pass and ID offices. The contract covers property and equipment maintenance, including Modula Vertical Lift Modules, environmental responsibilities, and custodial duties. Significant sections cover material processing for Navy items (MTIS), Level 1/SUBSAFE material handling, transshipments, local deliveries, demilitarization, hazardous material disposal, shipment preparation, traffic management, transportation of controlled and radioactive materials, and packaging in support of FRCSW. The document emphasizes accountability, traceability, and adherence to specific SOPs and instructions for all operations, including Material Processing Center (MPC) services for Navy afloat activities and Pharmaceutical Prime Vendor (PPV) material.
    The document provides an equipment list for automated storage and retrieval systems, specifically Modula Vertical Lift Modules (VLMs), located at DLA Distribution San Diego, CA (DDDC). It details five VLM units, including their manufacturer (Modula), model numbers (ML75D and ML1000D), serial numbers, and specific locations within buildings 660, 3581, and 659. This list appears to be an inventory or asset management record, likely used for planning, maintenance, or procurement within a government logistics or warehousing context.
    The document outlines the Preventative Maintenance (PM) Program Schedule for Vertical Lift Modules (VLMs) as recommended by MODULA INC. It details four levels of preventative maintenance designed to ensure proper operation and extend machine longevity. LVL 1 maintenance, including routine inspections, calibration, lubrication, and adjustments, must be performed annually or every 15,000 missions. Higher levels of maintenance involve specific parts replacements: LVL 2 (every 30,000 missions) replaces sprockets, chains, pawls, guides, and door parts; LVL 3 (every 45,000 missions) replaces wheel-tubes and external bay slides; and LVL 4 (every 150,000 missions) replaces major components such as vertical belts, pulleys, E-chains, cradle movement cables, and motors. This program ensures the timely replacement of consumable parts to maintain machine performance over time.
    This government file, "TECHNICAL EXHIBIT 5.0 ACCEPTABLE PERFORMANCE LEVELS," outlines various acceptable performance levels (APLs) for receiving, quality, inventory, packaging, and retail operations within a logistics or warehousing context. The document details specific activities, their timeliness standards, corresponding APLs, and the impact (PRI 1, 2, or 3). It also defines the "Measurement Universe" and "Applicability" for each metric, often referencing tracking in "Warehouse Monitor," "Qlik application," or other HQ/J3/NI provisioned tools. Key considerations for APL calculations include the exclusion of weekends and federal holidays for business hour/day metrics. The file emphasizes timely processing for activities such as "TU Create/ASN Unload to Putaway," adherence to quality standards like "iSDR Rate," inventory accuracy, and efficient packaging. Overall, the document serves as a crucial guide for performance management and compliance within federal government logistics and supply chain operations.
    SP3300-25-R-5002, Attachment 35, is a Contractor Present/Past Performance Questionnaire for a federal government Request for Proposal (RFP). The RFP, SP3300-25-R-5001, seeks offers for Warehouse and Distribution Operations at DLA Distribution San Diego, California. The questionnaire, intended for completion by a Rater/Evaluator/Assessing Official (AO), gathers information on a contractor's past performance to provide the government with "best value" during the source selection process. It covers general contract details, a five-tier rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for eight performance areas (Quality, Timeliness, Cost Control, Business Relations, Key Personnel Management, Small Business Utilization, Regulatory Compliance, and Additional Information), and ten yes/no questions about various aspects of contractor conduct. AOs are required to provide justifications for ratings and explanations for yes/no responses. The completed questionnaire, which is considered source selection information, must be emailed to Julie Leasure (Julie.Kemper2@dla.mil) by the proposal due date.
    The Small Business Subcontracting Plan (Attachment 7, SP3300-25-R-5002) is a government form designed to ensure that prime contractors commit to subcontracting a portion of their work to various small business concerns, including Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and HUBZone Small Business (HZSB). The plan requires offerors to set specific percentage goals and dollar values for subcontracting to these entities, broken down by base year and option years. It also mandates detailed descriptions of subcontracted supplies and services, methods for developing goals and identifying potential subcontractors, and policies regarding indirect costs. Furthermore, the plan outlines administrative responsibilities, efforts to ensure equitable competition, inclusion of relevant FAR clauses in subcontracts, cooperation in government studies and report submissions (eSRS), record-keeping requirements, and assurances of good faith efforts and timely payments to small business subcontractors. The document is structured to address the fifteen elements mandated by FAR 52.219-9(d).
    This document is a Standard Form 1449 (SF-1449) used for Solicitation/Contract/Order for Commercial Items, specifically for federal government RFPs. It outlines the process for soliciting offers and awarding contracts for commercial goods or services. Key sections include requisition and solicitation numbers, issue and offer due dates, and contact information for the issuing office. It specifies the method of solicitation (RFQ, IFB, or RFP), details about the acquisition (unrestricted or set-aside, NAICS code, size standard), delivery terms, and discount terms. The form also includes spaces for the schedule of supplies/services, quantities, unit prices, and amounts. Payment and administration details are provided, along with sections for offeror/contractor information and signatures from both the offeror/contractor and the contracting officer. The back of the form includes sections for documenting receipt, inspection, and acceptance of items, as well as payment verification. Specific details provided in the form include Solicitation Number SP3300-25-R-5002, an offer due date of 12/02/2025 at 2:00 PM EST, and a NAICS code of 493110 with a size standard of $34.0 Million.
    The government RFP SP3300-25-R-5002 outlines a five-year Indefinite Delivery/Indefinite Quantity contract for Warehousing and Distribution Services at DLA Distribution, San Diego, California. This hybrid contract includes Firm-Fixed-Price, Time-and-Materials, Labor-hour, and Reimbursable CLINs for services such as warehousing operations, equipment maintenance, non-capital equipment, material support, travel for training, and special projects. The total estimated ceiling value is $137,272,449.92. The solicitation, issued as full and open competition with NAICS code 493110, requires electronic proposal submission via the PIEE website by December 2, 2025. It emphasizes compliance with numerous FAR and DFARS clauses, including those on safeguarding information systems and labor standards. The incumbent contractor is Accent Controls, Inc.
    Similar Opportunities
    Global Distribution Expeditionary Contract
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing DLA Distribution Contract SP3300-21-D-5002 on a sole source basis to Olgoonik Federal, LLC. This modification aims to increase the contract ceiling to accommodate labor support for workload surges, unforeseen/unplanned workload, contingency operations, and special projects, as the current contract has been exceeding the anticipated spending rate. The services provided under this contract are critical for ensuring DLA's ability to respond promptly to unplanned requirements, thereby supporting its mission and that of its customers. For further inquiries, interested parties can contact Scott Lesh at scott.lesh@dla.mil or by phone at 717-770-4245; please note that this is not a solicitation for proposals or bids.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Subsistence Prime Vendor support to serve military and federally funded customers in Puerto Rico. The contract will require a full-line food distributor to supply and deliver a variety of perishable and semi-perishable food items, including chilled products, frozen meats, dairy, fresh produce, and beverages, to various military facilities and operations throughout the region. This procurement is crucial for ensuring the availability of essential food supplies to support military readiness and operations. Interested vendors must submit their proposals via the DLA Internet Bid Boards System (DIBBS) by January 12, 2026, at 3:00 PM Philadelphia Time, with an estimated contract value of $32 million and a maximum potential value of $48 million. For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matthew Ligato at MATTHEW.LIGATO@DLA.MIL.
    DLA Distribution San Joaquin (DDJC) Shipper Kits
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking quotes for the procurement of shipper kits for DLA Distribution San Joaquin (DDJC) under a combined synopsis/solicitation (SP3300-26-Q-0022). This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various standards, including UN ratings, ASTM D5118, and ISTA 1A. The selected contractor will provide firm fixed price shipper kits, which are crucial for ensuring safe and compliant packaging for military logistics. Interested parties must submit their offers electronically by December 16, 2025, including technical capability, past performance, and pricing information, while adhering to specific guidelines. For further inquiries, potential offerors can contact Haydyn Obrien at haydyn.obrien@dla.mil or Erik J Smith at erik.smith@dla.mil.
    Strategic Distribution and Disposition SDD
    Dept Of Defense
    Solicitation notice: DEPT OF DEFENSE is seeking Strategic Distribution and Disposition (SDD) services. SDD is a critical capability in the DLA Strategic Plan 2021-2026 and supports the Digital Business Transformation (DBX) initiative. The 5G Smart-warehouse project aims to enhance DLA business processes using emerging technologies and innovative practices. The project seeks to replace unsustainable and inefficient legacy technologies with state-of-the-art solutions that address cybersecurity concerns. Interested vendors with expertise in DLA business processes are encouraged to apply. The mission will be accomplished through focused awards lasting three to 24 months. For more information, refer to the attached BAA. Amendments have been made to the BAA, including the removal of the initial closing date and the inclusion of Intellectual Property and Data Rights Clauses.
    DRAFT SOLICITATION HQC00226QE001
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    Warehouse and Distribution Services at DDRV
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to an existing contract for Warehouse and Distribution Services Support at DLA Distribution Richmond, Virginia (DDRV) on a sole source basis to AOC Logistics, Inc. (AOCL). This modification is necessary to extend the period of performance for two months, from May 1, 2023, to June 30, 2023, due to unanticipated delays in the acquisition process that could disrupt essential services. The services provided are critical for maintaining uninterrupted operations at DDRV, and the modification will ensure that all necessary management, personnel, and resources are available during this period. For further inquiries, interested parties can contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is preparing to solicit offers for Subsistence Prime Vendor support for military and federally funded customers in Puerto Rico, with a solicitation expected to be issued in December 2025. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the Prime Vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and visiting U.S. Navy ships in the region. This procurement is crucial for ensuring that authorized DLA customers receive timely and adequate food supplies during military operations and training exercises. Interested vendors should note that the estimated contract value is $32 million, with a maximum potential value of $48 million, and they can find the Request for Proposal (RFP) SPE300-25-R-0015 on the DLA Internet Bid Boards System (DIBBS). For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matt Ligato at matthew.ligato@dla.mil.
    SPE30026R0010 - Southern Kentucky and Tennessee and the Surrounding Areas
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support for Southern Kentucky and Tennessee and surrounding areas. The procurement involves the delivery of various subsistence items from the 8900 federal supply group or commercial equivalents, with a requirement for "just in time" delivery starting no later than 120 days post-award. This contract, valued at up to $108 million, will be awarded as a Fixed-Price contract with Economic Price Adjustments, spanning a total of five years divided into three tiers. Interested parties can find the Request for Proposal (RFP) on the DLA BSM DIBBS website, with the solicitation expected to be posted in December 2025. For further inquiries, contact Vance S. Corey or Alana Perillo at the provided emails or phone number.