Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 2 PM
Combined Synopsis/Solicitation
Guam

DLA Disposition Services Guam - Material Handling Equipment (MHE) Maintenance Services

Details

Solicitation ID SP4510-25-Q-1003
Posted Date 26 Jun 2025 at 2 PM
Response Date 09 Jul 2025 at 7 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Disposition Services - Ebs
Agency Department Of Defense
Location Guam United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

Amendment 01

Amendment 01 is issued to extend the solicitation, provide answers to questions received, and provide updated equipment information. 

The solicitaiton now closes and quotes are now due July 9, 2025 at 3:00 PM Eastern Standard Time.

Please refer to Attachment 1 - Updated Guam Equipment List for equipment and model information.

Please refer to Attachment 2 - Questions and Answers.

===========================================================================

DLA Disposition Services

Material Handling Equipment (MHE) Preventative and Corrective Maintenance Services - Guam

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) 12 and 13. 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-1003 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 811310 with a size standard of $12.5 million and is set aside 100% for Small Business. The requirement will result in one (1) 12-month base period of performance plus two (2) 12-month option periods of performance as a Firm Fixed Priced, Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) contract. The total contract length shall not exceed three (3) years.

This requirement is a Firm-Fixed Priced, Time and Materials contract. Pricing must be Fixed Price for the entirety of services quoted for scheduled preventive maintenance services. Time and materials will only be used for unscheduled corrective maintenance services to include part and labor hours. 

All quotes must be submitted in U.S. Dollars.

See the Attachments section of this solicitation for the Price Schedule, Performance Work Statement, Equipment List, and Site Address.

Offers are due at 3:00 PM Eastern Standard Time (EST), on Friday, June 20, 2025. Email quotes to [email protected].

Questions are due Friday, June 6, 2025 at 3:00 PM EST and must be submitted in writing via email to [email protected].  Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, may be accepted and discussed only with those vendors that have submitted a quote.

INSTRUCTIONS TO OFFERORS:

FAR 52.212-01 Fill-in coverage:

1.0 PROPOSAL SUBMISSION (FORMAT AND CONTENT): The following describes the information that must be furnished as part of the proposal and the format which must be presented. Proposals which do not provide the required information in the prescribed format at the time of the initial submittal may be excluded from further consideration. Offers are strongly encouraged to read provisions.

FAR 52.212-1, “INSTRUCTIONS TO OFFEROS – COMMERCIAL ITEMS”.

1.1 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 offeror’s outline should demonstrate, in detail, how their organization, internal work processes and procedures meet the US Government’s requirements for performance under this solicitation.

1.2 PROPOSAL SUBMISSION: The following describes the information which must be furnished as part of the proposal and the format in which it must be presented. Proposals which do not provide the required information in the prescribed format shall be excluded from further consideration. Offerors should not include extraneous information that is not required to be submitted by 1.4. All proposals shall be valid for 90 days.

(a) FORMAT: Proposals shall be submitted in distinctly severable parts consisting of the following volumes: Volume 1, Volume 2. Proposal submissions will consist of one original copy submitted electronically. If multiple electronic files are submitted, each electronic file shall identify it as part of Volume 1, 2.

VOLUME 1: Proposal Certifications and a fully completed Price Schedule in U.S. Dollars, (i) FAR 52.212-1(b) Information, except (b)(10). (b)(10) Information shall be in Volume 2. The Price Schedule is Attachment 3.

VOLUME 2: Past Performance Proposal. (See 1.4 below) (b) Submission of proposal by email should be sent to: [email protected] 

Emailed proposals are to be sent to [email protected]   

1.3       Reserved

1.4 Past Performance Proposal:

(a) The offeror is required to provide any current relevant information regarding the level of performance, in terms of delivery and quality achieved under either US Government or commercial contracts for the same or similar services for performance in Germany. The information provided should support a qualitative review of the offeror; and/or record of performance in the areas of conforming to specifications, adherence to contract schedules, history of reasonable and cooperative behavior, commitment to customer satisfaction, and business-like concern for the interest of your customer. Additionally, if performance deficiencies were identified, what they were and what corrective action was taken.

(b) Offerors shall submit past performance data for their firm. For each reference provided, a valid name and telephone number, contract number, contract type, dollar value, contract award and completion dates, point of contact, description of work performed, and e-mail address of point of contact is required. The description of work performed shall be in sufficient detail to explain the type of facility inspection services and geographic coverage (U.S. and International) commensurate with the scope and territory required in this procurement.

(c) Reference projects and corresponding reference surveys are limited to three (3) projects considered by the offeror to be the most relevant to the requirements of this solicitation. If more than three projects with reference surveys are received, the US Government will consider the first three projects received based upon the date and time the reference surveys are received.

(d) Attachment 4 contains a past performance survey that is used to evaluate an offeror’s past performance. The offeror shall provide the past performance survey in Attachment 4 to the past performance reference they identify in this part of the proposal for the offeror. 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 survey received after the date of closing 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 proposal if no corresponding survey 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. Reference surveys must be received by the due date for receipt of proposals 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 [email protected] with a reference to the solicitation, SP4510-25-Q-1003 in the subject heading.

(e) The submission of a past performance volume is required. If an offeror does not have any past performance references, offerors must at least identify Volume 2 in their proposal and state they do not have any past performance to provide. If the US Government only receives a past performance survey from a past performance reference and there is no information in an offeror’s proposal regarding that reference (see paragraph above), the reference will not be considered. The offeror is responsible for ensuring references submit past performance surveys; the US Government will not be contacting references for purposes of obtaining the survey.

ADDENDUM TO 52.212-2 EVALUATION – COMMERCIAL ITEMS

1.5 Evaluation of Past Performance:

(1) 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.

(2) In investigating an offeror’s past performance, the US Government may consider information in the offeror’s proposal 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 1.4.

(3) 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.

(4) 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 proposal and in selecting the offeror whose proposal is considered the most advantageous to the US Government.

(5) 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 contractor’s firm 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.

(f) A written notice of the award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the US Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

1.6 Evaluation Factors for Award:

a. The US Government will make award to the responsible offeror whose offer conforms to the solicitation and demonstrates the best value to the US Government in terms of their past performance and price.

b. The evaluation factors are listed below:

 (i) Past Performance

 (ii) Price

(iii) Past performance is significantly more important than price.

1.7 Evaluation of Price: The offered price will be used in conjunction with the other factors to determine the proposal, 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:

FAR 52.212-1 Instructions to Offerors -- Commercial (SEP 2023)

FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021)

FAR 52.212-3 Offerors Representations and Certifications -- Commercial Items (MAY 2024)

FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (MAY 2024)

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items) (NOV 2023)

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (JAN 2025)

The following additional provisions are applicable to this solicitation:

52.204-7          System for Award Management         NOV 2024

52.204-16        Commercial and Government Entity Code Reporting           AUG 2020

52.204-17        Ownership or Control of Offeror       AUG 2020

52.204-20        Predecessor of Offeror           AUG 2020

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

52.217-5          Evaluation of Options JUL 1990

52.223-22        Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation    DEC 2016

52.229-11        Tax on Certain Foreign Procurements—Notice and Representation JUN 2020

52.252-5          Authorized Deviations in Provisions  NOV 2020

252.203-7005  Representation Relating to Compensation of Former DoD Officials SEP 2022

252.204-7008  Compliance with Safeguarding Covered Defense Information Controls       OCT 2016

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

252.204-7024  Notice on the use of the Supplier Performance Risk System MAR 2023

252.215-7008  Only One Offer          DEC 2022

252.225-7000  Buy American--Balance of Payments Program Certificate--Basic    FEB 2024

252.225-7055  Representation Regarding Business Operations with the Maduro Regime    MAY 2022

252.225-7059  Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation            JUN 2023

The following clauses are applicable to this solicitation:

52.203-6          Restrictions on Subcontractor Sales to the Government--Alternate I            NOV 2021

52.204-13        System for Award Management Maintenance           OCT 2018

52.204-18        Commercial and Government Entity Code Maintenance       AUG 2020

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 of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment       NOV 2021

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         JAN 2025

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations     NOV 2015

52.216-18        Ordering          AUG 2020

52.216-19        Order Limitations        OCT 1995

52.216-22        Indefinite Quantity     OCT 1995

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

52.219-8          Utilization of Small Business Concerns         JAN 2025

52.219-14        Limitations on Subcontracting           OCT 2022

52.219-28        Post-Award Small Business Program Re-representation       JAN 2025

52.222-1          Notice to the Government of Labor Disputes FEB 1997

52.222-3          Convict Labor June 2003

52.222-35        Equal Opportunity for Veterans         JUN 2020

52.222-36        Equal Opportunity for Workers with Disabilities       JUN 2020

52.222-37        Employment Reports on Veterans      JUN 2020

52.222-41        Service Contract Labor Standards     AUG 2018

52.222-42        Statement of Equivalent Rates for Federal Hires       MAY 2014

52.222-43        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

52.222-54        Employment Eligibility Verification  JAN 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

52.223-2          Affirmative Procurement of Biobased Products Under Service and Construction Contracts            MAY 2024

52.223-10        Waste Reduction Program      MAY 2024

52.223-11        Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons            MAY 2024

52.223-12        Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners            MAY 2024

52.223-19        Compliance with Environmental Management Systems        MAY 2011

52.223-20        Aerosols          MAY 2024

52.223-21        Foams  MAY 2024

52.223-23        Sustainable Products and Services      MAY 2024

52.226-8          Encouraging Contractor Policies to Ban Text Messaging While Driving      MAY 2024

52.227-1          Authorization and Consent     JUN 2020

52.228-5          Insurance—Work on a Government Installation        JAN 1997

52.229-12        Tax on Certain Foreign Procurements            FEB 2021

52.232-33        Payment by Electronic Funds Transfer—System for Award Management   OCT 2018

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

52.240-1          Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act—Covered Foreign Entities           NOV 2024

52.245-1          Government Property SEP 2021

52.245-9          Use and Charges         APR 2012

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

252.204-7003  Control of Government Personnel Work Product      APR 1992

252.204-7004  Antiterrorism Awareness Training for Contractors    JAN 2023

252.204-7018  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services           JAN 2023

252.204-7022  Expediting Contract Closeout MAY 2021

252.205-7000  Provision of Information to Cooperative Agreement Holders           OCT 2024

252.211-7003  Item Unique Identification and Valuation      JAN 2023

252.223-7008  Prohibition of Hexavalent Chromium JAN 2023

252.225-7001  Buy American and Balance of Payments Program--Basic     FEB 2024

252.225-7012  Preference for Certain Domestic Commodities          APR 2022

252.225-7048  Export-Controlled Items         JUN 2013

252.225-7056  Prohibition Regarding Business Operations with the Maduro Regime          JAN 2023

252.225-7060  Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region        JUN 2023

252.226-7001  Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns   JAN 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

252.243-7002  Requests for Equitable Adjustment    DEC 2022

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

252.246-7008  Sources of Electronic Parts     JAN 2023

252.247-7023  Transportation of Supplies by Sea--Basic      OCT 2024

252.225-7052  Restriction on the Acquisition of Certain Magnets and Tungsten      MAY 2024

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)