Amendment 01
Amendment 01 is issued to provide answers to questions received and to extend the closing date of this solicitation for the consideration of the answers provided.
Please see Attachment 7 - Questions and Answers to review the Q&A.
This solicitation is extended and will now close Friday, September 12, 2025 at 3:00 PM EST.
No other changes at this time.
============================================================================
DLA Disposition Services
DLA Disposition Services Southeast Region Tire Removal and Disposal Services
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-1049 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. See Attachment 1 - Performance Work Statement (PWS) and applicable provisions and clauses below.
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.
In order to accomplish this mission, DLA Disposition Services is seeking Tire Removal and Disposal services in the Southeast Region in accordance with Attachment 1 - Performance Work Statement.
The NAICS code is 562219 with a size standard of $47,000,000 set aside 100% for Small Business and the requirement will result in one (1) 12-month base period plus four (4) 12-month option periods. This contract will be awarded as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The total contract length shall not exceed five (5) years.
Pricing must be Fixed-Price for the entirety of services quoted for scheduled Tire Removal and Disposal services. All quotes must be submitted in U.S. Dollars.
Offers are due at 3:00 PM Eastern Standard Time (EST), on Wednesday, September 3, 2025. Email quotes to brandon.awkerman@dla.mil. Questions are due Friday, August 15, 2025 at 3:00 PM EST and must be submitted in writing via email to 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, may be accepted and discussed only with those vendors that have submitted a quote.
INSTRUCTIONS TO OFFERORS:
Submit quotes by email to 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 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
- Offerors shall also submit documentation clearly stating the technical specifications of the quoted item
- Site Visits are not being supported for this action in advance of the response deadline
- Past Performance Questionnaires must be sent by the third party to the Contracting Officer only. Please refer to section 1.4 Past Performance Proposal subsection (e) below.
FAR 52.212-01 Fill-in coverage:
1.0 PROPOSAL SUBMISSION (FORMAT AND CONTENT): The following describes the information that must be furnished as part of the proposal and the format which must be presented. Proposals which do not provide the required information in the prescribed format at the time of initial submittal may be excluded from further consideration. Offers are strongly encouraged to read provisions.
FAR 52.212-1, “INSTRUCTIONS TO OFFEROS – COMMERCIAL ITEMS”.
1.1 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. The offeror’s outline should demonstrate, in detail, how their organization, internal work processes and procedures meet the US Government’s requirements for performance under this solicitation.
1.2 PROPOSAL SUBMISSION: The following describes the information which must be furnished as part of the proposal and the format in which it must be presented. Proposals which do not provide the required information in the prescribed format shall be excluded from further consideration. Offerors should not include extraneous information that is not required to be submitted by 1.4. All proposals shall be valid for 90-days.
(a) FORMAT: Proposals shall be submitted in distinctly severable parts consisting of the following volumes: Volume 1, Volume 2. Proposal submissions will consist of one original copy submitted electronically. If multiple electronic files are submitted, each electronic file shall identify it as part of Volume 1 or 2.
(1) VOLUME 1: Proposal Certifications and Price Schedule. (i) FAR 52.212-1(b) Information, except (b)(10). (b)(10) Information shall be in Volume 2. The Price Schedule is Attachment 2.
VOLUME 2: Past Performance Proposal. (See 1.4 below) (b) Submission of proposal by email must be sent to: brandon.awkerman@dla.mil
**Emailed proposals are to be sent to brandon.awkerman@dla.mil**
1.3 Reserved.
1.4 Past Performance Proposal:
(a) The offeror is required to provide any current relevant information regarding the level of performance, in terms of delivery and quality achieved under either US Government or commercial contracts for the same or similar services for the performance of Tire Removal and Disposal or similar services within the last 6 years. The information provided should support a qualitative review of the offeror; and/or record of performance in the areas of conforming to specifications, adherence to contract schedules, history of reasonable and cooperative behavior, commitment to customer satisfaction, and business-like concern for the interest of your customer. Additionally, if performance deficiencies were identified, what they were and what corrective action was taken.
(b) Offerors shall submit past performance data for either the firm; and/or principal subcontractor(s); and/or key employees of the firm. For each reference provided, a valid name and telephone number, contract number, contract type, dollar value, contract award and completion dates, point of contact, description of work performed, and e-mail address of point of contact is required. The description of work performed shall be in sufficient detail to explain how each reference relates to same or similar requirements of the instant solicitation in areas such as performance timeframes, performance of Tire Removal and Disposal services or similar work and complexities of services (to determine the relevancy of the work).
(c) If the offeror elects to provide principal subcontractor past performance, the offeror shall provide the principal subcontractors’ consent allowing the US Government to disclose negative past performance information to the offeror.
(d) Reference projects and corresponding reference surveys are limited to three (3) projects considered by the offeror to be the most relevant to the requirements of this solicitation. If more than three projects with reference surveys are received, the US Government will consider the first three projects received based upon the date and time the reference surveys are received.
(e) Attachment 3 contains a past performance survey that is used to evaluate an offeror’s past performance. The offeror shall provide the past performance survey in Attachment 3 to the past performance reference they identify in this part of the proposal for the offeror, principal subcontractors, and key personnel. The past performance reference shall independently submit the survey to the Contracting Officer prior to the closing date of the solicitation. Any completed past performance survey received after the date of closing or directly from the offeror will not be considered in the past performance evaluation. The US Government will not evaluate a reference listed in the past performance proposal if no corresponding survey is received from a reference for that contract. This will have the effect of the offeror being given a Neutral rating for that portion of their overall evaluation, regardless of the type of experience or its similarity to this requirement. Reference surveys must be received by the due date for receipt of proposals in order for the information to be considered. Offerors are cautioned that due to mail delivery times to the U.S., it is highly recommended that all contract references being asked to provide surveys be asked to scan the documents in Adobe .pdf format and email it to brandon.awkerman@dla.mil with a reference to the solicitation, SP4510-25-Q-1049 in the subject heading.
(e) The submission of a past performance volume is required. If an offeror does not have any past performance references, offerors must at least identify Volume 2 in their proposal and state they do not have any past performance to provide. If the US Government only receives a past performance survey from a past performance reference and there is no information in an offeror’s proposal regarding that reference (see paragraph above), the reference will not be considered. The offeror is responsible for ensuring references submit past performance surveys; the US Government will not be contacting references for purposes of obtaining the survey.
ADDENDUM TO 52.212-2 EVALUATION – COMMERCIAL ITEMS
1.5 Evaluation of Past Performance:
(1) The US Government will evaluate the quality of the offeror’s past performance. The assessment of the offeror’s past performance will be used as a means of evaluating the probability of success of the offeror. Thus, an offeror with a higher confidence assessment rating for past performance will have a higher probability of meeting the solicitation requirements than a firm with a lower confidence assessment rating.
(2) In investigating an offeror’s past performance, the US Government may consider information in the offeror’s proposal and information obtained from other sources, including past and present customers and their employees, other US Government agencies, including state and local agencies, consumer protection organizations and better business bureaus; former subcontractors; and others who may have useful information. Failure by the offeror to provide evidence of relevant performance on contracts of a similar nature in terms of performance timeframes and complexities of services provided will be considered by the US Government to have no relevant past performance. The offeror is responsible for ensuring references submit past performance surveys; the offeror’s reference must submit the past performance survey. The US Government will not accept past performance surveys submitted by the offeror or contact offeror references to obtain a completed survey. The US Government will evaluate past performance and experience in accordance with submission requirements of 1.4.
(3) Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The US Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services. This is a matter of judgment. Offerors will be given an opportunity to address especially unfavorable reports of past performance, and the offeror’s response, or lack thereof, will be taken into consideration. Offerors lacking relevant past performance will not receive negative or positive consideration in the evaluation of this element as no meaningful confidence assessment rating can be reasonably assigned.
(4) Past performance will be rated on an adjectival scale. The US Government’s conclusions about the overall quality of the offeror’s past performance and experience will be a factor in determining the relative merits of the offeror’s proposal and in selecting the offeror whose proposal is considered the most advantageous to the US Government.
(5) By past performance, the US Government means how well the offeror conformed to specifications and to standards of good workmanship; the offeror’s adherence to contract schedules, including the administrative aspects of performance; the offeror’s history of reasonable and cooperative behavior and commitment to customer satisfaction; and the offeror’s business-like concern for the interests of the customer. By experience, the US Government means whether a contractor’s firm, principal subcontractor, or key personnel has performed similar work before. DLA Disposition Services will also consider the offeror’s past performance and experience on the same or similar contracts in terms of complexities of the services provided. Offerors with no past performance will be issued a Neutral rating for past performance.
(f) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the US Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
1.6 Evaluation Factors for Award:
(a.) The US Government will make award to the responsible offeror whose offer conforms to the solicitation and demonstrates the best value to the US Government in terms of their past performance and price.
(b.) The evaluation factors are listed below:
(i.) Past Performance
(ii.) Price
(iii.) Past performance is significantly more important than price.
1.7 Evaluation of Price: The offered price will be used in conjunction with the other factors to determine the proposal, which represents the best value to the US Government. Price will not be numerically scored, but it will be fully evaluated using price analysis techniques.
1.8 Efficiency Competition: Offerors are advised that the US Government may not evaluate the past performance proposals of all offerors under this RFP. The US Government will first review the total evaluated price of all proposals received. The past performance proposals of those offerors whose pricing is determined by the Contracting Officer to be most competitive may be reviewed prior to, or instead of, other past performance proposals received. Based on the initial review of these past performance proposals, the US Government may not evaluate the past performance proposals of other offerors, whose total evaluated pricing was higher than that of one already evaluated and already assigned the highest possible past performance rating. This would occur when the Contracting Officer determines that any possible past performance superiority of an unevaluated (and higher priced) past performance proposal, over (a lower priced) one that was already evaluated and assigned the highest possible past performance rating, would not warrant any additional price premium.
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 Provisions apply to this procurement:
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
52.209-7 Information Regarding Responsibility Matters
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services
52.212-2 Evaluation—Commercial Products and Commercial Services
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I
52.217-5 Evaluation of Options
52.223-1 Biobased Product Certification
52.229-11 Tax on Certain Foreign Procurements—Notice and Representation
52.252-5 Authorized Deviations in Provisions
The following DFARS Provisions apply to this procurement:
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
252.215-7008 Only One Offer
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic
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
The following FAR Clauses apply to this procurement:
52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I
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 Telecommunications 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
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.219-28 Post-Award Small Business Program Re-representation
52.222-3 Convict Labor
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-54 Employment Eligibility Verification
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts
52.223-10 Waste Reduction Program
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
52.223-20 Aerosols
52.223-21 Foams
52.223-23 Sustainable Products and Services
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.228-5 Insurance—Work on a Government Installation
52.229-12 Tax on Certain Foreign Procurements
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
52.245-1 Government Property
52.245-9 Use and Charges
The following DFARS Clauses apply to this procurement:
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
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.204-7022 Expediting Contract Closeout
252.211-7003 Item Unique Identification and Valuation
252.225-7001 Buy American and Balance of Payments Program--Basic
252.225-7012 Preference for Certain Domestic Commodities
252.225-7048 Export-Controlled Items
252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services
252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
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
252.243-7002 Requests for Equitable Adjustment
252.244-7000 Subcontracts for Commercial Products or Commercial Services
252.245-7005 Management and Reporting of Government Property
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea--Basic
The following FAR Clauses also apply to this procurement:
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
Order Limitations
Minimum order. When the Government requires supplies or services covered by this contract in an amount of $2,500.00 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 200%; 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 after _12 months after award.
(End of clause)
52.217-5 Evaluation of Options.
Evaluation of Options (July 1990)
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 (Mar 2000)
The Government may extend the term of this contract by written notice to the Contractor within [3 calendar days]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least [7 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 _5 years_.
End of clause
The following DLAD provision applies 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)