Skip to content
Department of Defense

81--SHIPPING AND STORAG

Solicitation: SPRPA126RVA96
Notice ID: b085d4c959c3445ba2a4c312fc1c519c
TypeSolicitationNAICS 332439PSC8145DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedMar 30, 2026, 12:00 AM UTCDueApr 27, 2026, 06:00 PM UTCCloses in 28 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 27, 2026. Industry: NAICS 332439 • PSC 8145.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPRPA126RVA96. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332439 (last 12 months), benchmarked to sector 33.

12-month awarded value
$5,997,375
Sector total $47,569,599,845 • Share 0.0%
Live
Median
$53,448
P10–P90
$27,770$164,095
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+485%($4,245,321)
Deal sizing
$53,448 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Philadelphia, PA • 19111-5098 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260002 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
+96 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 96 more rate previews.
Davis-BaconBest fitstate match
PA20260002 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
BOILERMAKER
Base $35.34Fringe $18.48
+95 more occupation rates in this WD
Davis-Baconstate match
PA20260081 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Carbon
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+40 more occupation rates in this WD
Davis-Baconstate match
PA20260074 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Armstrong
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+34 more occupation rates in this WD
Davis-Baconstate match
PA20260028 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Allegheny, Armstrong +64
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Telephone:
Email
JILLIAN.OCONNOR@DLA.MIL
Phone
2157370550

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION PHILADELPHIA • DLA AVIATION AT PHILADELPHIA, PA
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 332439

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|TBD||TBD|TBD|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026)|4||||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| ROYALTY INFORMATION (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| ONLY ONE OFFER (DEVIATION 2026-O0048)(MAR 2026)|1|| 1. SCOPE 1.1 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.2 Container shell material is ;Plastic; . 1.3 Manufacturing process is ;Rotomolded; . 1.4 When discrepancies exist between these requirements and those on current manufacturer's drawings,contact code ;Contact buyer on page 1 of contract; or code N241.10 1.5 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Hardigg; drawing number ( ;11214; ) ;16573-0100; , Revision ;latest; and all details and specifications referenced therein. 1.6 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.7 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 2. APPLICABLE DOCUMENTS DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | 3. REQUIREMENTS 3.1 One third (1/3) unit of desiccant (MIL-D-3464, Type II nondusting) per cubic foot of container interior volume shall be placed in desiccant holder of each container at time of shipment. 3.2 Reference to Cadmium plating shall be deleted and the following substituted: "Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3." All containers must be affixed with a nameplate that includes a Unique Identification (UID) marking as referenced in the drawing package Drawing ;(80132) 15930; and IAW Mil-STD-130 latest revision. The contractor shall contact NAVICP code ;contact buyer found on page 1 of the contract; or code 0771.10 for the alphanumeric sequential serial number group that makes up part of the UID. The UIDwill be included on the nameplate in data matrix format. Contact code ;contact the buyer found on page 1 of the contract; or code N241.10 to arrange for First Article Test location When a First Article is required, the contractor shall submit a paper copy of the drawings (size 11" X 17"), contracts and approved ECP's ECO's, deviations waivers, and modifications in the records recepticle or inside the container submitted for the First Article. Each container shall be assigned a serial number using the following convention, "contract#_no_dashes-000X". For example, "SPRPA125CEG35-0001", "SPRPA125CEG35-0002", and so on. 4. QUALITY ASSURANCE 4.1 Unless otherwise provided for in the contract, sample(s) shall be returned to the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval of the cognizant DCMAO QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.2 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below. 4.2.1 Dimensional test (special) ;to drawing (11214) 16573-0100 and applicable sub drawings is applicable; 4.2.2 Requirements of: ;to drawing (11214) 16573-0100 and sub0drawings is applicable; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies; 4.2.5 Function ;applies; 4.2.6 Compliance with drawing ( ;11214; ) ;16573-0100; , Revision ;latest; and specifications referenced therein. 4.3 In addition to the above tests, the First Article(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with contract requirements requirements. 4.4 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during testing. 4.5 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;10000; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government will require such testing. 4.6 Disposition of FAT samples 4.6.1 ;none; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.6.2 ;all; Unless otherwise provided for in the contract, sample(s) shall be returned to the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval from the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. ;n/a; Sample(s) shall be returned to the contractor but shall not be considered as production due. 4.7 Test Sample Coating Instructions 4.7.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative. 4.8 FAT Approval Criteria 4.8.1 FAR 52.209-4 applies (A) The contractors shall deliver ;one (1); ; unit(s) of the following CAGE ( ;11214; ; ) Part Number ;16573-0100; ; , Revision ;latest; ; within ;120; ; calendar days from the date of this contract to the Government at ;Contact the buyer found on page 1 of the contract; ; Marking of test sample(s) shipping container shall be as follows, citing this contract number: "FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________" For First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract. (B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR's signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Block 10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: "DO NOT OPEN IN MAIL ROOM". Within ;90; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33. (C) Within ;120; ; calendar days after the Government receives the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request, shall submit an additional First Article for testing. After each request, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional First Article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit specified in paragraph (B) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to deliver any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract (F) Unless otherwise provided in the contract, the contractor - (1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: and (2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense. (G) If the Government does not act within the time specified in paragraph (B) or (C) above the contracting officer shall, upon timely written request from the contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test. (I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government (J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article. (K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of the NAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor of the results thereof. (L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Block 10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR. 4.9 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate) (A) Unless otherwise specified in the solicitation, the Naval Inventory Control Point reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and (II) the production location to be used for this requirement is the same as used for the previous production run Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First Article Approval Requirements (C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on Waiver of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date of Contract:__________ 4.10 100% PRODUCTION LEAK TEST. Each container shall be prepared for testing by sealing all breathing devices and inserting suitable pressurized fittings and gauges. The container shall be closed and sealed in a normal manner. Each container, uninstrumented and without dummy load, shall then be subjected to a single 18 inch flat drop. The Pneumatic-Pressure Technique of Method 5008 of Federal Test Method Standard No. 101C shall be used to detect leakage. An initial setting equal to 0.5 + 0.1 - 0 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure over a 30 minute period that exceeds 25% of the stabilized pressure shall be cause for rejection; tests shall be conducted to ascertain sources of leaks and corrective action taken. Any deformation of the container shell while pressurized which is greater than three-quarters of an inch beyond its point at ambient pressure shall also be cause for rejection. WARNING Container may explode or fasteners may fail during test. Use protective barriers to avoid injury to personnel. 4.11 100% Production Leak Tests. Each container shall be prepared for testing by sealing all breathing devices and inserting pressurizing fittings and gauges. The container shall be closed and sealed in a normal manner. The Pneumatic - Pressure Technique of Method 5009 of Federal Test Method Standard NO. 101C shall be used to detect leakage. An initial pressure setting equal to 0.25 + 0.1-0 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure in excess of 0.05 PSIG (adjusted for changes in temperature and barometric pressure) shall be cause for rejection. Any deformation of the container shell, while pressurized, which is greater than three quarters of an inch beyond its point at ambient pressure shall also be cause for rejection. ALL COSTS AND RESPONSIBILITIES RELATED TO THE FIRST ARTICLE TEST SUBMISSION CONTAINER SHIPMENT TO AND FROM THE FIRST ARTICLE TEST FACILITY ARE TO BE BORNE BY THE CONTRACTOR. First Article Testing (FAT) performed by the designated test facility shall include: - A visual and dimensional inspection performed in accordance with drawing package (11214) 16573-0100. - Initial Leak Test: An air pressure fitting shall be installed in place ofOne of the container's inspection ports. The container shall be pressurized to1.00 +/- 0.05 psig. Allow the container to stabilize for 30 minutes. After the stabilization period, the pressure shall be monitored for 30 minutes. Any pressure loss in excess of 0.05 psi shall be cause for rejection. - 18-inch Free Fall Drop Test: The unloaded container shall be raised to a Height of 18 inches in a horizontal attitude. It shall be released from a drop hook, free falling flat on the base to an unyielding surface. Any cracked welds, deformation, or damage to the container shall be cause for rejection. - Final Leak Test: This test to be performed in the same manner as previously described in "Initial leak Test" paragraph above. - Form and Fit Check (actual item): The end-item shall be placed in the container using the installation instructions provided. Any inadequacies, fit issues or interferences shall be noted and recorded. The government is responsible to provide an item to perform the form and fit test. An item maybe shipped to the FAT facility location or, if the end-item cannot be moved,the FAT container may be shipped to an external location. (NIIN:01-510-6574) or equivalent (F condition is preferred) to the assigned First Article Test site upon request from N241 Engineering in order tocomplete First Article Testing in accordance with the terms of this contract.If item is unable to be sent to the test site, the container may be sent toitem location with proper coordination. NAVSUP Supply Planner should contactNAVSUP WSS N241 Engineering for test site Point of Contact. Sampling per ANSI/ASQ Z1.4, SAMPLE PLAN S-2AQL 1.0 (13 PCS) Accept 0, Reject 1.One (1) rejection will require 100% of the shipment to be tested. A lot shall consist of any scheduled shipment quantity under contract. Representative sampling shall be used, i.e. the samples are to be selected at random throughout the lot.Remove either the vortex or breather valve and install a suitable airtight fitting.Draw a vacuum on the sample container(s) to .025+/- 0.01 PSIG.Stabilize vacuum within tolerance for a minimum of 15 minutes, then disconnect the vacuum input and test monitor the container for 15 minutes.The vacuum should hold within +/- 0.05 PSIG at the end of the 15 minutes for the container to pass. TESTING SPECIFICATIONS FOR CASES: Drop Test:FED-S…

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.