SOLICITATION NOTICE
F -- Yellow Water Road site Inspection and Maintenance Services-Baldwin Florida
- Notice Date
- 4/18/2025 11:44:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4510-25-Q-1027
- Response Due
- 5/8/2025 12:00:00 PM
- Archive Date
- 05/23/2025
- Point of Contact
- Carren Chen, Brandon Awkerman
- E-Mail Address
-
youhwei.chen@dla.mil, Brandon.awkerman@dla.mil
(youhwei.chen@dla.mil, Brandon.awkerman@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 01: This amendment is issued to provide answers to the questions received. Please see the attachment (Questions and Answers). This amendemnt also extends the solicitation closing date to 5/8/2025 at 3PM EST. ------------------------------------------------------------------------------------------------------------------------------------------------- DLA Disposition Services Yellow Water Road site, Baldwin Florida Yellow Water Road site Inspection and Maintenance Services SP4510-25-Q-1027 Description: This is a combined synopsis/solicitation for commercial products 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 SP451025Q1027 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. See attached Performance Work Statement (PWS), Operation and Maintenance Plan (O & M - Attachment 1), and applicable provisions and clauses. This is a 100 percent Small Business Set Aside for Inspection and Maintenance services for Yellow Water Road site, DLA Disposition Services Baldwin, Florida. The North American Industry Classification System (NAICS) code is 562910 with a size standard of $25.0 Million and the requirement will result in a Firm Fixed Priced, Time and Materials 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. To accomplish this mission, DLA Disposition Services is seeking Inspection and Maintenance services in accordance with the attached Performance Work Statement (PWS) and Operation and Maintenance Plan(O & M) for DLA Disposition Services Yellow Water Road site, Baldwin, Florida. (See attached Performance Work Statement (PWS) and Price Schedule for Specifications/Additional Terms/Delivery Information). Service Location: Yellow Water Road site, Baldwin, Florida Offers are due at 3:00 PM Eastern Standard Time (EST), on May 1, 2025. Email quotes must be submitted to both Youhwei.Chen@dla.mil and Brandon.Awkerman@dla.mil. Questions are due April 14, 2025 at 3:00 PM EST and must be submitted in writing via email to Youhwei.Chen@dla.mil and 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, will be accepted and discussed only with those vendors that have submitted a quote. INSTRUCTIONS TO OFFERORS: Submit quotes by email to both Youhwei.Chen@dla.mil and 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 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. Attachments include a Past Performance Questionnaire that is used to evaluate an offeror�s past performance. The offeror shall provide the Past Performance Questionnaire to the past performance reference they identify in this part of the quotes 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 questionnaire received after closing date and time of this combined synopsis/solicitation, 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 if no corresponding past performance questionnaire 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. Past performance questionnaires must be received by the due date for receipt of quotes 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 Youhwei.chen@dla.mil and Brandon.Awkerman@dla.mil with a reference to the solicitation, SP4510-25-Q-1027 in the subject heading. The submission of Past Performance is required. If an offeror does not have any past performance references, offerors must at least identify in their quote and state they do not have any past performance to provide. If the US Government only receives a past performance questionnaire from a past performance reference and there is no information in an offeror�s quote regarding that reference (see paragraph above), the reference will not be considered. The offeror is responsible for ensuring references submit past performance questionnaire; the US Government will not be contacting references for purposes of obtaining the questionnaire. Valid quotes must include: 1). Fully completed Price Schedule: The price schedule is attached and responding firms are required to complete and return the price schedule for all line items. 2). Past Performance Questionnaire Submittal: The Past Performance Questionnaire is attached and shall follow the Past Performance directions above. Late or no Past Performance questionnaire submissions will result in a neutral Past Performance rating. 3). Offerors shall provide the applicable CAGE code and Unique Entity Identifier with their bid submission and provide FAR 52.212-3 Offerors Representations and Certifications. Quotes received without the above identified information will not be considered for award. EVALUATION: Evaluation Factors For Award: Trade-Off Process. Award shall be made to the responsible offeror whose quote conforms to the solicitation and is determined to be the most advantageous to the Government, past performance and price considered. The offer selected as best value will represent the best trade-off to the Government among past performance and price. Past performance will be significantly more important than price. The Government will determine best value on the basis of an assessment of the following factors: 1. Past Performance factor: The Government will evaluate past performance in accordance with the past performance questionnaire and evaluation clause in this combined synopsis/solicitation. 2. Price Factor: The Government will evaluate the offered prices for price reasonableness in accordance with the requirements of FAR 15.404-1. Evaluation of Past Performance: Except under the circumstances notes in this combined synopsis/solicitation paragraph titled Efficiency in Competition, 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. In investigating an offeror�s past performance, the US Government may consider information in the offeror�s quotes 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 the solicitation. 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. 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 quotes and in selecting the offeror whose quote is considered the most advantageous to the US Government. 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 contractors 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 the complexities of the services provided. Offerors with no past performance will be issued a Neutral rating for past performance. Evaluation of Price: The offered price will be used in conjunction with the other factors to determine the quote, 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. The following provisions and clauses are applicable to this solicitation: A. FAR 52.212-1 (Instructions to Offerors -- Commercial) (SEP 2023) Fill-in coverage: The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with the Performance Work Statement and Attachment 1. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) (NOV 2021) applies to this procurement. 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. 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) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 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 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies JAN 2025 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-50 Combating Trafficking in Persons NOV 2021 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons MAY 2024 52.223-21, Foams (May 2024) 52.223-23 Sustainable Products and Services MAY 2024 52.225-1 Buy American-Supplies (Oct 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 52.232-29 Terms for Financing of Purchases of Commercial Products and Commercial Services NOV 2021 52.232-33 Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) 52.242-5 Payments to Small Business Subcontractors (Jan 2017) 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) 52.203-19 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 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) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 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 OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 20204-7 System for Award Management NOV 2024 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 � Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror AUG 2020 52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020 Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) AUG 2024 52.216-18 Ordering AUG 2020 52.216-19 Order Limitations OCT 1995 52.216-21 Requirements OCT 1995 52.216-22 Indefinite Quantity OCT 1995 52.217-3 Evaluation Exclusive of Options APR 1984 52.217-4 Evaluation of Options Exercised at Time of Contract Award JUN 1988 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation (NOV 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) SEP 2021 52.219-28 Post-Award Small Business Program Representation JAN 2025 52.222-3 Convict Labor June 2003 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities--Alternate I JUL 2014 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 52.222-50 Combating Trafficking in Persons NOV 2021 52.223-1 Biobased Product Certification MAY 2024 52.223-10 Waste Reduction Program MAY 2024 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons MAY 2024 52.223-19 Compliance with Environmental Management Systems MAY 2011 52.223-20, Aerosols (MAY 2023) 52.223-21 Foams MAY 2024 52.232-23 Assignment of Claims (MAY 2014) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) JUL 201332-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-1 Disputes (May 2014) 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 52.242-5 Payments to Small Business Subcontractors JAN 2017 52.245-1 Government Property SEP 2021 52.245-9 Use and Charges APR 2012 52.252-5 Authorized Deviations in Provisions NOV 2020 52.252-6, Authorized Deviations in Clauses (NOV 2020) 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) 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors JAN 2023 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 2021) 252.204-7022 Expediting Contract Closeout MAY 2021 252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023 252.209-7011 Representation for Restriction on the Use of Certain Institutions of Higher Education OCT 2023 252.211-7003 Item Unique Identification and Valuation JAN 2023 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic FEB 2024 252.225-7001 Buy American and Balance of Payments Program--Basic FEB 2024 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 2016) 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies DEC 2018 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7048 Export-Controlled Items JUN 2013 252.225-7054 Prohibition on Use of Certain Energy Sourced from Inside the Russian Federation JAN 2023 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 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.245-7005 Management and Reporting of Government Property JAN 2024 252.246-7003 Notification of Potential Safety Issues JAN 2023 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations OCT 2010 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) L09 Reverse Auction (OCT 2016)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd11087ccbd34440b35f6ab098a83215/view)
- Place of Performance
- Address: FL 32234, USA
- Zip Code: 32234
- Country: USA
- Zip Code: 32234
- Record
- SN07414036-F 20250420/250418230043 (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 |