SOLICITATION NOTICE
J -- West Region Sites Scale Calibration Repair & Maintenance
- Notice Date
- 4/5/2025 8:15:06 AM
- Notice Type
- Solicitation
- NAICS
- 811210
—
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP451025Q1030
- Response Due
- 4/17/2025 10:00:00 AM
- Archive Date
- 05/02/2025
- Point of Contact
- June Lee, Phone: 4457374996, Matthew Wonch, Phone: 2699679421
- E-Mail Address
-
june.lee@dla.mil, matthew.wonch@dla.mil
(june.lee@dla.mil, matthew.wonch@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Scale Calibration Repair and Maintenance Service, West Region Sites 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-1030 and is being issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2025-03, effective 03 January 2025. See attached Performance Work Statement and applicable provisions and clauses. This is a 100% Set-aside for small businesses for Scale Calibration Repair and Maintenance Service for DLA Disposition Services - West Region Sites (Barstow, CA, Pendleton, CA, San Diego, CA, San Joaquin, CA, Sierra, CA, Lewis, WA, Tucson, AZ). The NAICS code is 811210 with a size standard of $34.0 million and the requirement will result in one (1) base period plus two (2) 12-month option year periods. A Firm Fixed-Price contract. 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 to have Repair and Maintenance services on sites Truck Scale Calibration in accordance with the attached Performance Work Statement (PWS) for the DLA Disposition Services - West Region sites (Barstow, CA, Pendleton, CA, San Diego, CA, San Joaquin, CA, Sierra, CA, Lewis, WA, Tucson, AZ). This requirement is a Firm Fixed-Price contract. Pricing must be Fixed Price for the entirety of services quoted. EVALUATION: Quotations will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis.? Award will be made to 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. Technical Submission: Provide verification of certified trained mechanics with experience on the equipment specified in this requirement. Verification can be any of the following: Training certificates, certifications/licenses, resumes, and/or a successful past performance (within the last three years) reference providing maintenance services on equipment similar to the solicited requirement. **Quotes that do not submit documentation about their technical submission will be considered a fail without further evaluation.** Offers are due at 1:00 PM Eastern Standard Time (United States), on Thursday 17 April 2025. Email quotes to june.lee@dla.mil. Questions are due at 1:00 PM Eastern Standard Time (United States), on Thursday 10 April 2025 and must be submitted in writing via email to june.lee@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. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 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) 52.204-21 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) 52.204-30 Federal Acquisition Supply Chain Security Act Orders�Prohibition. (DEC 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (SEP 2023) 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) 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (NOV 2023) 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services--Alternate I (NOV 2021) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JAN 2025) 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements�Commercial Acquisition (NOV 2021) 52.216-18 Ordering (AUG 2020) 52.216-19 Order Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-5 Evaluation of Options (JUL 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. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post-Award Small Business Program Representation (JAN 2025) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (Jan 2025) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34 F.o.b. Destination (NOV 1991) 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) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 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) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.246-7003 Notification of Potential Safety Issues (JAN 2023) 252.246-7008 Sources of Electronic Parts (JAN 2023) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.223-20 Aerosols (MAY 2024) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) 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 (OCT 2018) 52.252-5 Authorized Deviations in Provisions (NOV 2020) 52.252-6 Authorized Deviations in Clauses (NOV 2020) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) 252.244-7000 Subcontracts for Commercial Items (NOV 2023) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) 252.204-7022 Expediting Contract Closeout (MAY 2021) 252.211-7003 Item Unique Identification and Valuation (JAN 2023) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 252.225-7001 Buy American and Balance of Payments Program--Basic (JAN 2023) 252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7012 Preference for Certain Domestic Commodities (APR 2022) 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) 252.247-7023 Transportation of Supplies by Sea�Basic (JAN 2023) DLAD: 5452.233-9001 Disputes � Agreement to Use Alternative Dispute Resolution (ADR) (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 (JUN 2023) L06 Agency Protests (DEC 2016)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e7d9d32c1e14756a84eb795d1d79e6a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07398682-F 20250407/250405230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |