SOURCES SOUGHT
39 -- DLA Disposition Services (Letterkenny and Red River) Diesel 26K Forklifts
- Notice Date
- 2/10/2025 10:45:33 AM
- Notice Type
- Sources Sought
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP451025Q1023
- Response Due
- 3/3/2025 12:00:00 PM
- Archive Date
- 03/18/2025
- Point of Contact
- Brandon Awkerman, Carren Chen
- E-Mail Address
-
Brandon.awkerman@dla.mil, youhwei.chen@dla.mil
(Brandon.awkerman@dla.mil, youhwei.chen@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DLA Disposition Services 26k Diesel Forklifts Delivery Locations � Letterkenny and Red River SP4510-25-Q-1023 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 SP451025Q1023 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 Statement of Work (SOW) and applicable provisions and clauses. This is a 100 percent Small Business Set Aside for the acquisition of two (2) 26K Forklifts for delivery to DLA Disposition Services Letterkenny and Red River sites. The North American Industry Classification System (NAICS) code is 333924 with a size standard of 900 employees and the requirement will result in a Firm Fixed Priced 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 to purchase two (2) 26k Diesel Forklifts in accordance with the attached Statement of Work (SOW) for DLA Disposition Services Letterkenny and Red River sites. (See attached Statement of Work (SOW) and Price Schedule for Specifications/Additional Terms/Delivery Information). Delivery Locations: DLA DS Letterkenny, Building S 2293 Development Ave Chambersburg, PA 17201 DLA DS Red River, Bldg. 473 Texas Avenue East Red River Army Depot Texarkana, TX 75507-5000 Delivery shall be within 180 days after award. When quoting, shipping costs shall be included in the unit price. Offers are due at 3:00 PM Eastern Standard Time (EST), on March 3, 2025. Email quotes to Brandon.Awkerman@dla.mil and Youhwei.Chen@dla.mil. Questions are due February 20, 2025 at 3:00 PM EST and must be submitted in writing via email to Brandon.Awkerman@dla.mil and Youhwei.Chen@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 Brandon.Awkerman@dla.mil and Youhwei.Chen@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. Valid quotes are to include: 1). 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). Technical Submittal: All offerors shall submit the make, model, and technical salient characteristics of the 26k Diesel Forklifts being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with the SOW (Statement of Work). 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. 4). Offerors shall clearly state the quoted products place of manufacture (country of origin). Quotes received without the above identified information will not be considered for award. EVALUATION: Quotations will be evaluated on a Lowest-Priced Technically Acceptable basis. Award will be made to firm that offers the lowest total cost to the Government for the entire requirement after a pass/fail evaluation of the contractors� provided technical submittals meeting, or exceeding, salient characteristics. The following provisions and clauses are applicable to this solicitation: A. FAR 52.212-1 (Instructions to Offerors -- Commercial) (SEP 2023) Fill-in coverage: All offerors shall submit the make, model, and technical specifications of the forklift being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with the Statement of Work. Each offeror will clearly state the quoted products� place of manufacture (country of origin). The provision at 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, meeting or exceeding the acceptability standards for non-cost factors (low price � technically acceptable). The following non-cost factors will be used to evaluate offers: Salient Characteristics, 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 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I NOV 2021 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I (NOV 2021) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.204-28, Federal Acquisition Supply Chain Security Act Orders�Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 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 52.219-8 Utilization of Small Business Concerns JAN 2025 52.219-28 Post-Award Small Business Program Representation JAN 2025 52.222-3 Convict Labor June 2003 52.222-19 Child Labor�Cooperation with Authorities and Remedies JAN 2025 52.222-26 Equal Opportunity SEP 2016 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 22.1605 52.222-50 Combating Trafficking in Persons NOV 2021 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons MAY 2024 52.223-23 Sustainable Products and Services MAY 2024 52.225-5 Trade Agreements NOV 2023 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 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 52.204-22 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 52.204-9000 Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 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) 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services SEP 2023 52.212-2 Evaluation�Commercial Products and Commercial Services NOV 2021 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 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services JAN 2025 52.216-18 Ordering AUG 2020 52.217-5 Evaluation of Options JUL 1990 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) SEP 2021 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 JUN 2020 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 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 2023) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation DEC 2016 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions 52.232-23 Assignment of Claims (MAY 2014) 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) 52.233-1 Disputes (May 2014) 52.242-5 Payments to Small Business Subcontractors JAN 2017 52.247-34, FOB Destination (Nov 1991) 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: 252.203-7000 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) 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 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 2021) 252.204-7022 Expediting Contract Closeout MAY 2021 252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023 252.211-7003 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 252.225-7000 Buy American--Balance of Payments Program Certificate--Alternate I 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) 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings JAN 2023 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) 252.225-7061 Restriction on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations 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 252.239-7018 Supply Chain Risk DEC 2022 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.243-7002 Requests for Equitable Adjustment DEC 2022 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.246-7008 Sources of Electronic Parts JAN 2023 252.247-7023 Transportation of Supplies by Sea--Alternate II OCT 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) L09 Reverse Auction (OCT 2016)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c69552c02baa45c6b2d1a82f1f0955cc/view)
- Place of Performance
- Address: Chambersburg, PA 17201, USA
- Zip Code: 17201
- Country: USA
- Zip Code: 17201
- Record
- SN07338559-F 20250212/250210230034 (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 |