SOLICITATION NOTICE
J -- One-Time Truck Scale Repair & Calibration - DLA Disposition Services San Antonio
- Notice Date
- 7/23/2025 6:42:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP451025Q1047
- Response Due
- 8/6/2025 12:00:00 PM
- Archive Date
- 08/21/2025
- Point of Contact
- James Isola, Esteban Gancer
- E-Mail Address
-
James.Isola@dla.mil, Esteban.M.Gancer@dla.mil
(James.Isola@dla.mil, Esteban.M.Gancer@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DLA Disposition Services San Antonio, TX Scale Repair and Upgrade Services SP4510-25-Q-1047 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/60c2437e961c47d1bca73cde38535234/view)
- Place of Performance
- Address: JBSA Ft Sam Houston, TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN07520552-F 20250725/250723230045 (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 |