ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

PACIFIC ISO CONTAINER SUPPORT REQUIREMENT

DEPT OF DEFENSE SPE602-26-R-0701
Response Deadline
Nov 21, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Defense Logistics Agency (DLA) Energy is soliciting proposals for the Pacific ISO Container Support Requirement, which involves the transportation, maintenance, and repair of leased ISO bulk fuel containers in Honolulu, Hawaii. The contract encompasses a range of services including intermodal container transport, cleaning, integrity testing, and maintenance/repair, with a total performance period from April 1, 2026, to March 31, 2031, consisting of one base year and four one-year options. This procurement is crucial for supporting Department of Defense operations and ensuring compliance with stringent quality assurance and safety standards. Interested small businesses must submit their proposals by November 21, 2025, via email to the primary contacts, Jones Hysons at Jones.Hysons@dla.mil or Birgitta Lapoint at Birgitta.Lapoint@dla.mil.

Classification Codes

NAICS Code
484230
Specialized Freight (except Used Goods) Trucking, Long-Distance
PSC Code
V112
TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT

Solicitation Documents

12 Files
RFP SPE60226R0701 CONFORMED THRU 01-07-26.pdf
PDF755 KB2/27/2026
AI Summary
The Defense Logistics Agency (DLA) Energy has issued Request for Proposal (RFP) No. SPE602-26-R-0701 for Pacific ISO Container Support Requirement. This RFP seeks a contractor to provide transportation and maintenance services for Department of Defense (DoD)-leased International Organization for Standardization (ISO) containers in Honolulu, Hawaii. The contract will be a firm-fixed-price agreement for a one-year base period and four one-year option periods, covering services such as intermodal container transportation, testing, cleaning, maintenance, repairs, and inspection of ISO containers. The contractor will be responsible for transporting various fuel products and ensuring containers meet quality and safety standards, including compliance with MIL-STD-3004 and 49 CFR. Key deliverables include a Contract Compliance Plan, Event Reports, Fuel Loss Reports, Accident Reports, Driver Reports, and Damage and Loss Reports. Proposals are due by November 21, 2025.
SF30_SPE60226R0701_Amendment 0001.pdf
PDF19 KB2/27/2026
AI Summary
This amendment to solicitation SPE60226R0701, dated November 6, 2025, modifies several sections related to contract clauses, special contract requirements, deliveries/performance, and evaluation factors for award. The purpose of this amendment is to add FAR clause 52.228-5, Insurance-Work on Government Installation, to Section I, while deleting clause H51.03, Insurance Requirements for Contractors and Subcontractors, from Section H. Additionally, the Period of Performance for the base year and all option years has been revised, shifting the start and end dates by approximately one and a half months. Sub-factor 5: Proof of Insurance, in Section M, is also updated to reference FAR 52.228-5 and FAR 52.228-9 instead of the deleted DLA Energy text H51.03. All other terms and conditions of the original solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment in accordance with the solicitation instructions.
RFP SPE60226R0701 CONFORMED THRU 01-13-26.pdf
PDF787 KB2/27/2026
AI Summary
The Defense Logistics Agency (DLA) Energy has issued Request for Proposal (RFP) No. SPE602-26-R-0701 for Pacific ISO Container Support Requirement. This RFP seeks a contractor to provide non-personnel services for the transportation and maintenance of DoD-leased International Organization for Standardization (ISO) Containers. The contract will be a Firm Fixed-Price award for a base year and four one-year options, covering a period from April 1, 2026, to March 31, 2031. Services include intermodal container transportation, cleaning, integrity inspection and testing, and maintenance/repairs of ISO containers. The contractor will be responsible for transporting various fuel products and empty/full ISO containers to/from locations in Honolulu, Hawaii, including Joint Base Pearl Harbor-Hickam (JBPHH) and commercial seaports. Proposals must be submitted via email by November 21, 2025. Key requirements include SAM registration, adherence to quality assurance standards, and specific deliverables such as a Contract Compliance Plan and various incident reports.
SF30_SPE60226R0701_Amendment 0002.pdf
PDF11 KB2/27/2026
AI Summary
This amendment modifies solicitation number SPE60226R0701, specifically revising the Period of Performance for a contract related to DLA Energy Bulk Petroleum Product. The base year and four option years have new start and end dates. The initial base year, previously February 15, 2026 - February 14, 2027, is now April 1, 2026 – March 31, 2027, with all subsequent option years adjusted accordingly. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment as per the solicitation instructions.
Pacific ISO RFP Final.pdf
PDF768 KB2/27/2026
AI Summary
The Defense Logistics Agency (DLA) Energy has issued Request for Proposal (RFP) SPE602-26-R-0701 for Pacific ISO Container Support. This RFP seeks a contractor to provide transportation, cleaning, inspection, maintenance, and integrity testing services for Department of Defense (DoD)-leased International Organization for Standardization (ISO) containers carrying various fuel products. The contract will be a firm fixed-price award for a one-year base period and four one-year option periods, from January 1, 2026, to December 31, 2030. Services will be performed primarily in Honolulu, Hawaii, including Joint Base Pearl Harbor-Hickam (JBPHH) and commercial seaports. The contractor must adhere to strict quality assurance, safety, and security requirements, including SAM registration and specific insurance policies. Proposals are due by November 21, 2025, and must be submitted via email. The government will award a single contract to cover all service requirements.
Attachment 1 OSP.pdf
PDF1295 KB2/27/2026
AI Summary
The Defense Logistics Agency (DLA)-Energy has issued Solicitation SPE602-26-R-0701, the
RFP SPE60226R0701 CONFORMED THRU 02-04-26.pdf
PDF881 KB2/27/2026
AI Summary
The Defense Logistics Agency (DLA) Energy has issued Request for Proposal (RFP) SPE602-26-R-0701 for Pacific ISO Container Support. This firm-fixed-price contract is for transportation and maintenance services of DoD-leased ISO containers in Honolulu, Hawaii, including Joint Base Pearl Harbor-Hickam. Services include intermodal container transportation, cleaning, integrity inspection and testing, and maintenance/repair for various fuel products. The contract spans a one-year base period and four one-year options, from April 2026 to March 2031. Proposals are due by November 21, 2025, via email. Key responsibilities include contractor-furnished equipment, adherence to safety and security regulations, and compliance with quality assurance processes. The contractor will be liable for fuel spills and product contamination. Deliverables include a Contract Compliance Plan, event reports, fuel loss reports, accident reports, driver reports, and damage/loss reports.
SF3O_SPE60226R0701_AMD0003.pdf
PDF17 KB2/27/2026
AI Summary
Amendment 0003 to Solicitation SPE602-26-R-0701 primarily corrects the NAICS code from 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) to 484230 (Specialized Freight Trucking, Long Distance). This change ensures compliance with FAR 19.303(a) by accurately reflecting the principal purpose of the acquisition: the transportation and hauling of ISO containers in Hawaii. The amendment also adds DFARS clause 252.204-7018, regarding the Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. Offerors in the competitive range remain eligible, but those affected by the NAICS code change may submit revised proposals by February 18, 2026. The solicitation details various services related to intermodal container transport, loading/offloading/cleaning, maintenance/repair, inspection, and integrity testing, with specified quantities and a period of performance from April 1, 2026, to March 31, 2027. All other terms and conditions of the original solicitation remain unchanged.
Attachment 2 QASP.pdf
PDF206 KB2/27/2026
AI Summary
The Defense Logistics Agency – Energy (DLA-Energy) requires transportation of bulk fuels and associated products via ISO containers in Honolulu, Hawaii, including Joint Base Pearl Harbor-Hickam. This Quality Assurance Surveillance Plan (QASP) outlines the government's method for monitoring contractor performance to ensure compliance with contract standards, rather than detailing how the contractor performs the work. The QASP is a living document, not part of the contract, and is guided by FAR Subparts 37.6 and 46.4. Key roles include the Contracting Officer (KO), Amanda Webster, who ensures contract compliance and fair treatment, and the Contracting Officer’s Representative (COR), Tony Scales, who provides technical oversight, documents performance using the QASP, and reports issues. Performance standards cover transportation, ISO container cleaning, testing, and maintenance, with specific acceptable quality levels. Surveillance methods include periodic and customer complaint-driven observations, with performance rated using the Contractor Performance Assessment Reporting System (CPARS). Unacceptable performance leads to Contract Discrepancy Reports (CDRs) and corrective action plans. Attachments include templates for Customer Complaint Records, Contract Discrepancy Reports, and Corrective Action Reports.
Attachment 3 E QAPS.pdf
PDF8387 KB2/27/2026
AI Summary
This government file outlines comprehensive guidelines for sampling and testing petroleum products, as well as procedures for cleaning and converting conveyances that transport these materials. It is structured into four main tables: Sample Retention, Minimum Sampling and Testing Requirements for Tankers and Barges (Series 1), Minimum Sampling and Testing Requirements for Pipelines, Tank Trucks, Tank Cars, and ISO-Containers (Series 2), Product Receipt and Discharges for Tankers and Barges (FOB Destination) (Series 3), and Product Receipt from Pipeline (FOB Destination) (Series 4). Additionally, there is a table defining test series (Type A, B-1, and C) and a conversion chart for various transport modes. The document details minimum quantities for retained samples, retention periods, sampling locations, types of samples, and required tests for different petroleum products and scenarios, emphasizing quality assurance and adherence to ASTM International D4057 for sampling procedures. It also provides crucial instructions for cleaning conveyances based on previous and intended cargo to prevent contamination, particularly for aviation turbine fuels.
RFP SPE60226R0701 CONFORMED THRU 02-20-26.pdf
PDF774 KB2/27/2026
AI Summary
This Request for Proposal (RFP) SPE602-26-R-0701, issued by the Defense Logistics Agency Energy, seeks proposals for Pacific ISO Container Support Requirement services. The contract covers the transportation, cleaning, inspection, testing, maintenance, and repair of DoD-leased ISO containers in Honolulu, Hawaii. The performance period includes a one-year base period and four one-year options, with services primarily at Joint Base Pearl Harbor-Hickam and various commercial seaports. The contractor must provide all necessary labor, tools, materials, and transportation assets. Key requirements include adherence to quality assurance processes, compliance with federal regulations (e.g., 49 CFR, MIL-STD-3004), and timely submission of various reports, including fuel loss and accident reports. The contract will be a Firm Fixed-Price award, with maintenance/repair services reimbursed on a cost basis, not exceeding 10% of the contract value. Proposals are due by November 21, 2025, via email.
SF30_SPE60226R0701_AMD0004.pdf
PDF16 KB2/27/2026
AI Summary
Amendment 0004 to Solicitation SPE602-26-R-0701 revises performance service requirements for ISO container cleaning due to updates in MIL-STD 3004-1. The amendment modifies the cleaning protocol by replacing previous instructions with a mandate to clean ISO containers in accordance with MIL-STD 3004-1, explicitly prohibiting the use of detergents. Contractors are now required to present a cleaning certificate annotating the last three previous cargos. Additionally, a new clause states that containers with visible residue or staining are unsuitable for product load. The document also details various quality technical provisions for intermodal container transport, loading/offloading/cleaning, maintenance/repair, inspection, and integrity testing, outlining quantities and performance periods for each item from April 1, 2026, to March 31, 2027. All other terms and conditions of the original solicitation remain unchanged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 6, 2025
amendedAmendment #1Jan 8, 2026
amendedAmendment #2Jan 27, 2026
amendedAmendment #3Jan 27, 2026
amendedAmendment #4· Description UpdatedFeb 4, 2026
amendedAmendment #5Feb 24, 2026
amendedLatest AmendmentFeb 27, 2026
deadlineResponse DeadlineNov 21, 2025
expiryArchive DateMar 31, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA ENERGY

Point of Contact

Name
Jones Hysons

Place of Performance

Honolulu, Hawaii, UNITED STATES

Official Sources