Amendment 01
Amendment 01 is issued to provide answers to questions recevied. Please see the Attachment 4- Q and A document in the attachments section of this solicitation.
Also, the closing date of this solicitation is extended and will now close Friday, August 8, 2025 at 3:00 PM EST to allow for the Questions and Answers to be reviewed and considered.
No other changes at this time.
===================================================================
DLA Disposition Services Jacksonville, FL Scale Calibration and Maintenance Services
SP4510-25-Q-1043
This is a combined synopsis/solicitation for commercial services 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-1043 and is issued as a request for quotation (RFQ).
This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2025-04.
The NAICS code is 811210 with a size standard of $34,000,000. Set-Aside 100% for Small Business, and the requirement will result in one (1) 12-month base period of performance plus 2 (2) 12-month option periods of performance as a Firm Fixed Price contract. The total contract length shall not exceed three (3) years.
Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.
To accomplish this mission, DLA Disposition Services is seeking to have Truck Scale Maintenance and Repair Services at the Jacksonville, FL site location in accordance with Attachment 1 - Performance Work Statement (PWS) Jacksonville Scale Maintenance. The site address is also provided in Attachment 1.
Offers are due at 3:00 PM Eastern Standard Time (United States), on Friday, August 1, 2025. Email quotes to Esteban.M.Gancer@dla.mil and Brandon.Awkerman@dla.mil.
Questions must be submitted in writing via email to both Esteban.M.Gancer@dla.mil and Brandon.Awkerman@dla.mil. Questions will not be answered via telephone. All questions must be submitted in writing via email by the due date on Monday, July 21, 2025 at 3:00 PM Eastern Standard Time (United States). Questions that occur after the cut-off, but are considered significant to the requirement, may be accepted and discussed only with those vendors that have submitted a quote.
INSTRUCTIONS TO OFFERORS:
Submit quotes by email to both Esteban.M.Gancer@dla.mil and Brandon.Awkerman@dla.mil no later than the specified date and time above. 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 5:00 pm EST 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.
Offerors shall provide the applicable CAGE code and UEI number with their price submission. The information located in FAR 52.212-3 ALT 1 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.
All quotes submitted must be in U.S. dollars.
All submitted quotes must include the following documents:
Price Schedule: Attachment 2 contains the Price Schedule and responding firms are required to fully complete and return the Price Schedule for each line item.
Technical submittal: All offerors shall submit documentation of their ability to perform this requirement, up to and including equipment, personnel, and ability to gain access to the requesting location. All prices will be evaluated for quoted price and technical acceptability of performance. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with requirements in the PWS (Performance Work Statement).
Agency and Mechanic Certifications: The contractor shall provide a copy of their registered service agency and agent (mechanic) certificates in accordance with Florida Statute Title XXXIII, Chapter 531.
EVALUATION:
Quotations will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. Award shall be made to the firm that offers the lowest total cost to the Government for the entire requirement (all periods), after a pass/fail evaluation of the contractors’ technical submission.
FORMAT: The offeror shall submit documentation (one original electronic form, standard Microsoft based Word and / or Excel, and or .PDF files) in response to this solicitation subject to the requirements in this provision.
QUOTE SUBMISSION: The following describes the information which must be furnished as part of the quote and the format in which it must be presented. Quotes which do not provide the required information shall be excluded from further consideration. Offerors shall return a completed Price Schedule as their official quote submission. Offerors shall also provide the applicable CAGE code and Unique Entity Identifier number with their submission. A quote received without filling in all parts of the attachment will not be considered for an award. All quotes shall be valid for 90 calendar days.
The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.
The following provisions and clauses are applicable to this solicitation:
The provisions at 52.212-1, Instructions to Offerors - Commercial, apply to this acquisition. See attached applicable clauses for quote instructions.
Offers should include a complete copy of the provision at 52.212-3 ALT 1, Offeror Representations and Certifications --
Commercial Items, with its offer. See applicable clauses.
The clause 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.
The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.
The following FAR and DFARs provisions are applicable to this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-20 Predecessor of Offeror
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
52.217-5 Evaluation of Options
52.232-31 Invitation to Propose Financing Terms
52.252-5 Authorized Deviations in Provisions
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7024 Notice on the use of the Supplier Performance Risk System
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation
252.225-7973 "Prohibition on the Procurement of Foreign-Made Unmanned
Aircraft Systems—Representation. (DEVIATION 2024-O0014)"
252.270-7000 Pilot Program to Incentivize Contracting with Employee-Owned Businesses—Representation
252.270-7001 Pilot Program to Incentivize Contracting with Employee-Owned Businesses—Subcontracting Certification
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic
The following FAR and DFARS clauses are applicable to this solicitation:
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-27 Prohibition on a ByteDance Covered Application
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.216-22 Indefinite Quantity
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts)
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-20 Aerosols
52.223-23 Sustainable Products and Services
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.227-1 Authorization and Consent
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act—Covered Foreign Entities
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training for Contractors
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Rev 1)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.211-7003 Item Unique Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
252.225-7012 Preference for Certain Domestic Commodities
252.225-7048 Export-Controlled Items
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.225-7972 "Prohibition on the Procurement of Foreign-Made Unmanned
Aircraft Systems. (DEVIATION 2024-O0014)"
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Products or Commercial Services
252.246-7003 Notification of Potential Safety Issues
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.246-7008 Sources of Electronic Parts
252.270-7002 Pilot Program to Incentivize Contracting with Employee-Owned Businesses
252.225-7001 Buy American and Balance of Payments Program--Basic
52.216-18 Ordering
Ordering
Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued within 12 months after award.
All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
A delivery order or task order is considered "issued" when—
If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail;
If sent by fax, the Government transmits the order to the Contractor's fax number; or
If sent electronically, the Government either—
Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or
Distributes the delivery order or task order via email to the Contractor's email address.
Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract.
(End of clause)
52.216-19 Order Limitations OCT 1995
Order Limitations
Minimum order. When the Government requires supplies or services covered by this contract in an amount of___$700.00___ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
Maximum order. The Contractor is not obligated to honor-
Any order for a single item in excess of _N/A_;
Any order for a combination of items in excess of __150%____________ ; or
A series of orders from the same ordering office within _N/A_ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.
If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __3_calendar__ days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
52.216-22 Indefinite Quantity
Indefinite Quantity
This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."
Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 12 months after award.
(End of clause)
52.217-5 Evaluation of Options.
Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The total evaluated price will be for the base period and any option periods. Evaluation of options will not obligate the Government to exercise the option(s). The government may determine that an offer is unacceptable if the option prices are significantly unbalanced.
(End of provision)
52.217-9 Option to Extend the Term of the Contract.
Option to Extend the Term of the Contract
The Government may extend the term of this contract by written notice to the Contractor within _7 calendar days_]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _3 calendar_ days before the contract expires. The preliminary notice does not commit the Government to an extension.
If the Government exercises this option, the extended contract shall be considered to include this option clause.
The total duration of this contract, including the exercise of any options under this clause, shall not exceed _3 years_.
End of clause