DLA Disposition Services
One (1) Bobcat Toolcat UW56 Multi-Purpose Loader/Utility/Snow Removal Vehicle with Multiple Attachments (Brand Name or Equal) for delivery to DLA Disposition Services Anchorage, Alaska
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is SP4510-25-Q-1046 and is being issued as a request for quotation (RFQ).
This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2025-04. See attached Statement of Work and applicable provisions and clauses.
This is a 100% Small Business Set Aside for the acquisition of one (1) Bobcat Toolcat UW56, Multi-Purpose Loader/Utility/Snow Removal Vehicle with Multiple Attachments (brand name or equal) for delivery to DLA Disposition Services Anchorage, AL. The NAICS code is 336999 with a size standard of 1000 employees and the requirement will result in a Firm-Fixed Priced contract.
All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be performed during normal installation hours, excluding Federal holidays.
Please see the attached Statement of Work (SOW) available in Attachment 1 and the brand name or equal justification and approval document in Attachment 3 for detailed specifications and required salient characteristics.
Delivery shall be within 120 days after the award. When quoting, shipping shall be included in the unit price. Pricing must be Fixed Price for the entirety of supplies quoted.
All quotes must be in U.S. Dollars.
INSTRUCTIONS TO OFFERORS:
Submit quotes by email to Youhwei.chen@dla.mil and brandon.awkerman@dla.mil no later than the specified date and time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 4:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Valid quotes are to include the following:
1. Completed price schedule: Price schedule is available in Attachment 2, responding firms are required to fully complete and return the attached price schedule. Shipping must be included in the quoted price.
2. Technical Submittal: All offerors shall submit the make, model, and technical salient characteristics of the Multi-Purpose Loader/Utility/Snow Removal Vehicle with multiple attachments being quoted for technical acceptability review. The detailed specifications shall be complete and organized to verify that all salient characteristics are met in accordance with the SOW (Statement of Work).
3. Offerors shall provide the applicable CAGE code or Unique Entity ID with their bid submission and provide FAR 52.212-3 Offerors Representations and Certifications and alternate. (See section C above for details).
4. Offerors shall clearly state the quoted products place of manufacture (country of origin).
**Quotes received without the above identified information will not be considered for award**
EVALUATION:
Quotations will be evaluated on a Lowest-Priced Technically Acceptable basis. Award will be made to the firm that offers the lowest total cost to the Government for the entire item (including shipping), after a pass/fail evaluation of the contractors’ technical submittal.
***Offers are due at 12:00 PM Eastern Standard Time, on Friday, August 29, 2025. Email quotes to Youhwei.chen@dla.mil and brandon.awkerman@dla.mil. Questions are due Wednesday, August 13, 2025 by 12:00 PM Eastern Time and must be submitted in writing via email to Youhwei.chen@dla.mil and brandon.awkerman@dla.mil. Questions will not be answered via telephone. Questions that occur after the cut-off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote***
The following provisions and clauses are applicable to this solicitation:
- The provision at FAR 52.212-1 (Instructions to Offerors – Commercial Items (Sep 2023)
- The provision at FAR 52.212-2 (Evaluation -- Commercial Items) (NOV 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, meeting or exceeding the acceptability standards for non-cost factors (low price – technically acceptable). The following non-cost factors will be used to evaluate offers: Salient Characteristics,
C. In accordance with the provision FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (2023-O0002) (MAY 2024) and FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (MAY 2024) 024). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision.
D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) (NOV 2023) applies to this procurement.
E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (MAY 2024) applies to this procurement.
The following FAR provision apply to this procurement:
52.204-7 System for Award Management NOV 2024
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-17 Ownership or Control of Offeror AUG 2020
52.204-20 Predecessor of Offeror AUG 2020
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services SEP 2023
52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services MAY 2024
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I FEB 2024
52.252-5 Authorized Deviations in Provisions NOV 2020
The following DFARS provisions apply to this procurement:
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021
252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic FEB 2024
252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation JUN 2023
The following FAR clauses apply to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality
52.204-7 System for Award Management NOV 2024
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-17 Ownership or Control of Offeror AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-20 Predecessor of Offeror AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
52.204-27 Prohibition on a ByteDance Covered Application JUN 2023
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.216-18 Ordering AUG 2020
52.216-19 Order Limitations OCT 1995
52.216-20 Definite Quantity OCT 1995
52.216-21 Requirements OCT 1995
52.219-6 Notice of Total Small Business Set-Aside NOV 2020
52.219-28 Post-Award Small Business Program Re-representation MAR 2023
52.219-33 Non-Manufacturer Rule SEP 2021
52.222-1 Notice to the Government of Labor Disputes FEB 1997
52.222-3 Convict Labor June 2003 22.202
52.222-19 Child Labor—Cooperation with Authorities and Remedies JAN 2025
52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 JUN 2020
52.222-35 Equal Opportunity for Veterans JUN 2020
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.222-37 Employment Reports on Veterans JUN 2020
52.222-50 Combating Trafficking in Persons NOV 2021
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons JUN 2016
52.223-21 Foams May 2024
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation DEC 2016
52.223-23 Sustainable Products and Services May 2024
52.225-1 Buy American Act—Supplies OCT 2022
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020
52.227-1 Authorization and Consent JUN 2020
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
OCT 2018
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.252-5 Authorized Deviations in Provisions NOV 2020 52.107(e)
The following DFARS clauses and provisions apply to this procurement:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials
SEP 2022
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors JAN 2023
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
JAN 2023
252.204-7022 Expediting Contract Closeout MAY 2021
252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023
252.211-7003 Item Unique Identification and Valuation JAN 2023
252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7000 Buy American--Balance of Payments Program Certificate—Basic FEB 2024
252.225-7001 Buy American and Balance of Payments Program—Basic JAN 2023
252.225-7012 Preference for Certain Domestic Commodities APR 2022
252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program--Basic JAN 2023
252.225-7048 Export-Controlled Items JUN 2013
252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation JUN 2023
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area Workflow Payment Instructions JAN 2023
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Products and Commercial Services
JAN 2023
5452.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR) APR 2001
The following DFARS provisions apply to this procurement:
DLAD 5452.233-9001 DISPUTES – AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020)
DLAD Procurement Notes:
C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)
C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (SEP 2016)
L06 Agency Protests (DEC 2016)