- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
DLA Disposition Services Anniston Drain and Purge Services
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Jan 19, 2026. Industry: NAICS 811198 • PSC J023.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 811198 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Incumbent & Expiration Tracking
Competitive Heat Score
Moderate competition signal. Standard qualification and pricing discipline should hold.
- Deadline status: Notice is already expired.
- Competition pool: Open competition (no set-aside detected).
- Market crowding: 6 nearby NAICS matches found.
Point of Contact
Agency & Office
More in NAICS 811198
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This sources sought notice is issued to conduct market research for information and planning purposes only. The Government is soliciting information to identify firms capable of performing the services stated below.
DLA Disposition Services requires drain and purge services in Anniston, AL. Vendor will be responsible for transporting pieces of equipment between their own facility and from the DLA Disposition Anniston site or a site located at 4936 US 431, Heflin, AL 36264. This contract will include one (1) 12-month base period and four (4) 12-month option periods.
The Contractor is responsible for ensuring property is drained or purged of hazards including, but not limited to, fuel, brake fluid, hydraulic fluid, windshield wiper fluid, antifreeze, coolants, engine oil, transmission fluid, axle and differential oil, transfer case oil, lubricants, batteries, and ozone depleting substance (ODS) out of unique military and commercial vehicles/equipment IAW all Federal, State, and Local laws and regulations.
The contractor will be responsible for properly collecting, storing, and recycling/disposing of any hazardous waste collected from the drain and purge services IAW Federal, State, and Local laws and regulations. All removed substances must be transferred into United Nations (UN) and Department of Transportation (DOT) approved shippable containers, which the Contractor will provide.
The contractor is responsible for having their own facility to perform these drain and purge services. Contractor facilities shall include:
- The entire facility perimeter must be enclosed by a security fence.
- All entrances and exits to the Demilitarization/Mutilation area must be strictly controlled.
- Access to the facility shall be restricted to essential personnel. All non-essential employees, contractors, and visitors must be escorted at all times within the facility.
- A dedicated, controlled-access gate must be maintained for all trucks handling controlled and other forms of property.
- Security cameras must be installed to monitor all personnel and truck access points, as well as all areas where controlled property is handled or stored.
- The security camera system must be capable of recording and retaining footage for a minimum of 30 days. This footage must be readily accessible for retrieval and viewing by Agency personnel upon request.
The contract shall also provide any properly trained labor, equipment, tools, supplies, material, licenses, fees, permits, certifications, supervision, transportation, manifests, to perform the work under this contract.
For fluid drainage and purging: Drain all specified fluids from the rolling stock, using appropriate methods and equipment to prevent spills and environmental contamination. Purge systems as necessary to remove residual fluids (e.g., fuel lines, cooling systems). Collect and contain all drained fluids in approved containers, and label each container with the type of fluid, date of drainage, and vehicle identification number (VIN).
The Contractor shall maintain accurate records of all work performed, including:
- Vehicle Identification Number (VIN)
- Vehicle Weight Class (Small, Medium, Heavy)
- Date of drainage
- Types and quantities of fluids drained
- Disposal/Recycling facility name and manifest number
- Name of the technician who performed the work
- Documentation of any pre-existing damage or unusual conditions
- Reports shall be submitted weekly to DLA COR.
The Contractor shall be responsible for obtaining any necessary licenses, permits if applicable, and for complying with any applicable laws, codes, and regulations in connection with the execution of the work. This includes acquiring any required permits, registrations, authorizations, or notifications necessary to operate on any installation listed in this contract.
The following information is required to respond to this sources sought announcement:
- Identify if you are a large business or small business classification. (If you fall under a small business socioeconomic category e.g. service disabled, 8(a), or HubZone, please distinguish as well)
- Provide a statement of capabilities to perform drain and purge services. Statement of capabilities should include detailed technical expertise information, process information, employee experience / expertise and / or other informational literature demonstrating the direct ability to perform on this requirement. Include any specialized processing your firm may offer along with depth of experience draining and purging vehicles/equipment.
- Indicate if you have the facilities to perform these drain and purge services that comply with the required specifications in this sources sought notice and the distance in miles your facility is from 4936 US 431 Heflin, AL 36264.
- Confirm that you would be able to transport the pieces of equipment highlighted in the attached PWS and provide a description highlighting how you would be able to accomplish transporting.
Interested parties may submit the above information satisfying this requirement to the contract person below. This announcement is not a request for competitive quotes / proposals. All information shall be submitted via e-mail to james.isola@dla.mil. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Statement of capability in the form of website hyperlinks will not be accepted. No telephone requests will be honored. All in formation provided will become the property of DLA Disposition Services and will not be returned. Responses are requested no later than 01/19/2026 at 3:00 p.m. EST.
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific qualifications for required licenses or permits
- Details on potential geographic restrictions
- Clarification of reporting requirements post-service
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.