DLA Disposition Services
San Antonio, TX Scale Repair and Upgrade Services
SP4510-25-Q-1047
Amendment 2
This amendment is issued to provide Point of Contact information to set-up a site visit and provide the requirements for base access below. Additionally, the solicitation closing date has been extended to 15 August 2025 at 3:00 PM Eastern Standard Time.
Site visits to look at scale are being permitted from 6-8 August 2025. To schedule a site visit please contact Epi Gonzalez at 385-591-7741, 210-425-7783, or Epimenio.Gonzalez@dla.mil. Contact Epi Gonzalez at least 1-day ahead of time to schedule base access.
Base access requirements include but are not limited to: a current valid state issued ID, current insurance, no warrants or felony convictions, and no weapons.
Solicitation now closes: 15 August 2025 at 3:00 PM Eastern Standard Time
No other changes at this time.
===========================================================================
Amendment 1
Amendment 1 is issued to answer questions issued by vendors. Please see Attachment 4 Questions and Answers in the attachments/links section. There are no other changes at this time.
------------------------------------------------------------------------------------------------------------------------
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-1047 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 a Firm Fixed Price (FFP) contract for a one-time truck-scale repair and upgrade service.
Offers are due at 3:00 PM Eastern Standard Time (United States), on Wednesday, August 6, 2025. Email quotes to Esteban.M.Gancer@dla.mil and James.Isola@dla.mil.
Questions must be submitted in writing via email to both Esteban.M.Gancer@dla.mil and James.Isola@dla.mil. Questions will not be answered via telephone. All questions must be submitted in writing via email by the due date on Friday, August 1st, 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.
All quotes submitted must be in U.S. dollars.
INSTRUCTIONS TO OFFERORS:
Submit quotes by email to both Esteban.M.Gancer@dla.mil and James.Isola@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 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 Technician Certifications: The contractor shall provide a copy of their licensed service agency and technician certificates in accordance with Texas Department of Agriculture requirements outlined in Texas Administrative Code, Title 4, Part 1, Chapter 12, Subchapter E and G.
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, 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.
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 FAR and DFARs provisions and clauses are applicable to this solicitation:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-20 Predecessor of Offeror
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
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
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (DEVIATION)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I
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 JAN 2025
52.216-18 Ordering
52.216-19 Order Limitations
52.216-20 Definite Quantity
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
52.222-44 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
52.252-5 Authorized Deviations in Provisions
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
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training for Contractors
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Rev 1)
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
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.204-7024 Notice on the use of the Supplier Performance Risk System
252.211-7003 Item Unique Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic
252.225-7001 Buy American and Balance of Payments Program--Basic
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
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation
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)"
252.225-7973 "Prohibition on the Procurement of Foreign-Made Unmanned
Aircraft Systems—Representation. (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
252.246-7008 Sources of Electronic Parts