DLA Disposition Services
LEWIS Keel Block Removal
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice and Subpart 13.5, “Simplified Procedures for Certain Commercial Products and Commercial Services”.
The solicitation number is SP4510-26-Q-1004 and is being issued as a request for quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effort through Federal Acquisition Circular 2025-03, effective 03 January 2025. See attached Performance Work Statement (Attachment 1) and applicable provisions and clauses.
This is a 100% small business set-aside for LEWIS Keel Block Removal at DLA Disposition Services – Lewis site (McChord AFB, WA). The associated North American Industrial Classification (NAICS) 562119 with a size standard of $47 million and the requirement will result in a 24-month one-time contract without options. The required equipment is per the attached specifications, including its delivery timeframes.
The following clauses will be included in the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.
See the Attachments Below and Specifications/Additional Terms.
- Performance Work Schedule (PWS)
- Price Schedule
- Wage Determination_15-5539
- Keel Blocks Pictures
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 POCs or COR. The Service must be performed during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays.
This requirement is a Firm Fixed Priced contract. Pricing must be Fixed Price for the entirety of services quoted.
- All questions related to this acquisition shall be submitted via email to june.lee@dla.mil and are to be received no later than 03:00 PM (EST), January 22th, 2026.
- All questions will not be answered via telephone.
- All 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.
- Quotes shall be submitted via email to june.lee@dla.mil. All quotes and additional required documentation are to be received no later than 03:00 PM (EST), January 29th, 2026.
FAR 52.212-1 (Instructions to Offerors – Commercial Items) (SEP 2023) applies to this procurement.
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 3:00 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 ineligible for consideration. Quotes are required to include:
- The price schedule (Attachment 2) is attached and responding firms are required to complete and return the price schedule for the line items as their official quote offering.
- All offerors shall submit details of their ability (technical capability statement) to perform this requirement, up to and including equipment, personnel, and personnel's ability to gain access to the requested location. All prices will be evaluated for quoted price and technical acceptability of performance. The detailed specifications shall be completed to verify that all characteristics are met in accordance with requirements in the PWS (Performance Work Statement). A technical approach/plan package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating your ability to perform the requested services.
This documentation shall address, as a minimum, the following:
- Technical Approach, number, and type of employees, number and type of equipment, processing/disposal plan.
Note, the Government intends to evaluate on a pass/fail basis if a contractor has a reasonable technical approach/plan to complete a project of the size, scope, and complexity listed in the PWS. The primary concern is a contractor’s ability to lift, move, transport, and dispose of large concrete keel blocks.
- 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.
- Site Visits are being supported for this action in advance of the response deadline.
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 technically acceptable).
Quotations will be evaluated on a Lowest Priced Technically Acceptable basis (LPTA). Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (inclusive of options, if any) after a pass/fail evaluation of the contractors provided technical approach/plan package.
FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (2023-O0002) (MAY 2024)
FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (MAY 2024)
FAR 52.212-4 (NOV 2023) (Contract Terms and Conditions -- Commercial Items)
FAR 52.212-5 (OCT 2025) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.
- 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
- 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023)
- 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021)
- 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
- 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition. (Dec 2023)
- 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025)
- 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
- 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)
- 52.222-3, Convict Labor (Jun 2003)
- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2025)
- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)
- 52.222-41, Service Contract Labor Standards (Aug 2018)
- 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)
- 52.222-50, Combating Trafficking in Persons (Oct 2025)
- 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022)
- 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022)
- 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)
- 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
- 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018)
- 52.233-3 Protest After Award (Aug 1996)
- 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
- 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024)
The following additional FAR clauses apply to this procurement:
52.204-7 System for Award Management (NOV 2024)
52.204-13 System for Award Management Maintenance (Nov 2024)
52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
52.204-17 Ownership or Control of Offeror (Aug 2020)
52.204-18 Commercial and Government Entity Code Maintenance (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)
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021)
52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.247-34, FOB Destination (Nov 1991)
The following DFARS clauses apply to this procurement:
252.201-7000 Contracting Officer's Representative DEC 1991
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)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024)
(DEVIATION 2024-O0013, Revision 1)
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)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
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)
252.225-7000 Buy American--Balance of Payments Program Certificate—ALT I (FEB 2024)
252.225-7012 Preference for Certain Domestic Commodities (Apr 2022)
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) (By reference, full text provided in bilateral award)
252.244-7000 Subcontracts for Commercial Items (DEC 2022)
252.247-7023 Transportation of Supplies by Sea—Basic (JAN 2023)
DLAD Procurement Notes:
DLAD 5452.233-9001 DISPUTES – AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020)
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)