ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Shipping & Storage Container

DEPT OF DEFENSE SPRDL125Q0097
Response Deadline
Sep 18, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of shipping and storage containers under solicitation SPRDL1-25-Q-0097. The contract is a total small business set-aside for a firm-fixed-price supply of nine units, with specific requirements including a hinged lid, grey color, weatherproofing, and metal handles, while excluding humidity indicators and foam. This procurement is crucial for ensuring the availability of specialized shipping and storage solutions for military logistics, with delivery expected 150 days post-award to DLA Distribution in New Cumberland, PA. Interested vendors must submit their proposals electronically by September 18, 2025, at 3:00 PM local time, and can contact Travis Kelly at travis.kelly@dla.mil or 385-591-2859 for further information.

Classification Codes

NAICS Code
332439
Other Metal Container Manufacturing
PSC Code
8145
SPECIALIZED SHIPPING AND STORAGE CONTAINERS

Solicitation Documents

3 Files
SPRDL125Q0097_03JUL2025.pdf
PDF153 KB9/3/2025
AI Summary
The document outlines the Federal Acquisition Regulation clauses and solicitation details for a commercial procurement, specifically targeting small businesses, including women-owned and service-disabled veteran-owned enterprises. The primary purpose is to solicit bids for the supply of shipping and storage items outlined by specific National Stock Numbers (NSN) and manufacturer part numbers. The solicitation serves to ensure compliance with acquisition procedures and includes instructions for submitting proposals electronically via the Contract Opportunities website. Key components of the solicitation detail the scope of the contract, including definitions of certain contract types, packaging requirements, inspection and acceptance protocols at the origin, and obligations concerning unique item identification. Emphasis is placed on the importance of government inspection and traceability documentation, which must be retained for ten years. Furthermore, the document specifies delivery schedules and conditions for acceptance and sets forth expectations for hazardous materials handling. The overall framework serves to guide contractors through the onboarding and compliance processes, while aiming to promote competition and enhance procurement practices within federal contracting operations.
SPRDL125Q0097-0001.pdf
PDF12 KB9/3/2025
AI Summary
Amendment 0001 to solicitation SPRDL1-25-Q-0097 extends the deadline for offer submissions from September 3, 2025, to September 18, 2025, at 3:00 pm local time (Warren, MI). The amendment also provides additional specifications for the required shipping and storage container, including a hinged lid, grey color (FED STD #26270), weatherproofing with a PRV, metal handles, no casters or skid runners, and the inclusion of lift grips, but no humidity indicator or foam. All other terms and conditions of the original solicitation remain unchanged. This modification aims to allow more time for offerors and clarify product specifications for this Firm Fixed Price supply contract.
SPRDL125Q0097 Conformed.pdf
PDF153 KB9/3/2025
AI Summary
This government solicitation, SPRDL1-25-Q-0097, issued by DLA Land Warren, outlines requirements for commercial items, specifically "SHIPPING AND STORAG" with NSN 8145-01-525-0332 and Mfr Part Number AL3018-0902 from Hardigg Industries, LLC. This is a total small business set-aside, firm-fixed-price supply contract for 9 units, with delivery required 150 days after award to DLA Distribution New Cumberland, PA. The solicitation emphasizes electronic submission of proposals via email, adherence to a strict closing date, and a mandatory "all or none" offer for the total quantity. Key provisions include detailed packaging, marking, and RFID requirements (MIL-STD-2073-1 and MIL-STD-129), origin inspection/acceptance, and strict supply chain traceability documentation. Unique Item Identification (UII) is required for items with a unit acquisition cost of $5,000 or more, with reporting through Wide Area WorkFlow (WAWF). The document also prohibits the use of Class I Ozone Depleting Substances and restricts acquisition to the specified manufacturer's part number, or approved interchangeable alternatives with prior consent.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 3, 2025
amendedLatest Amendment· Description UpdatedSep 3, 2025
deadlineResponse DeadlineSep 18, 2025
expiryArchive DateDec 12, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA LAND WARREN

Point of Contact

Name
Travis Kelly

Place of Performance

Warren, Michigan, UNITED STATES

Official Sources