SOLICITATION NOTICE
S -- DLA Disposition Services Ft. Bragg Lawn Maintenance Service
- Notice Date
- 6/27/2025 12:26:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4510-25-Q-1041
- Response Due
- 7/18/2025 12:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Brandon Awkerman, Sara Gorham
- E-Mail Address
-
Brandon.Awkerman@dla.mil, Sara.Gorham@dla.mil
(Brandon.Awkerman@dla.mil, Sara.Gorham@dla.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- DLA Disposition Services Ft. Bragg site, Fayetteville, North Carolina Lawn Maintenance Services SP4510-25-Q-1041 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-1041 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 561730 with a size standard of $9,500,000. Set-Aside 100% for Service-Disabled Veteran-Owned Small Business, and the requirement will result in one (1) 12-month base period of performance plus four (4) 12-month option periods of performance as a Firm Fixed Price contract. The total contract length shall not exceed five (5) years. 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 have Lawn Maintenance Services in accordance with the attached Performance Work Statement at DLA Disposition Services DSD Southeast � Ft. Bragg. This requirement is a Firm Fixed Price contract and must be Fixed Price for the entirety of services quoted. Site location is listed in the Performance Work Statement. Offers are due at 3:00 PM Eastern Standard Time (United States), on Friday, 18 July, 2025. Email quotes to Sara.Gorham@dla.mil and Brandon.Awkerman@dla.mil. Questions must be submitted in writing via email to Sara.Gorham@dla.mil and Brandon.Awkerman@dla.mil. Questions will not be answered via telephone. All questions must be submitted by the due date on Wednesday, 9 July, 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. INSTRUCTIONS TO OFFERORS: Submit quotes by email to Sara.Gorham@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 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 quotes submitted must be in U.S. dollars. All submitted quotes must include the following documents: Price Schedule: The price schedule is attached and responding firms are required to complete and return the price schedule for the line item. Technical submittal: All offerors shall submit details of their ability to perform this requirement, up to and including equipment, personnel, and personnel 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). EVALUATION: Quotations will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis.? Award will be made to the 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. 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. QUOTE SUBMISSION: The following describes the information which must be furnished as part of the quote and the format in which it must be presented. Quotes which do not provide the required information shall be excluded from further consideration. Offerors shall return a completed Price Schedule as their official quote submission. Offerors shall also provide the applicable CAGE code and Unique Entity Identifier number with their submission. A quote received without filling in all parts of the attachment will not be considered for an award. All quotes shall be valid for 90 calendar days. 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 provisions and clauses are applicable to this solicitation: The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions. Offers should include a complete copy of the provision at 52.212-3 ALT 1, Offeror Representations and Certifications -- Commercial Items, with its offer. See applicable clauses. The clause 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. 52.216-18 Ordering AUG 2020 Ordering (Aug 2020) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued within 12 months after award. All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. A delivery order or task order is considered ""issued"" when� If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; If sent by fax, the Government transmits the order to the Contractor's fax number; or If sent electronically, the Government either� Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or Distributes the delivery order or task order via email to the Contractor's email address. Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of clause) 52.216-19 Order Limitations OCT 1995 Order Limitations (Oct 1995) Minimum order. When the Government requires supplies or services covered by this contract in an amount of__$2,000.00_____ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. Maximum order. The Contractor is not obligated to honor- Any order for a single item in excess of _N/A____________; Any order for a combination of items in excess of __150%____________ ; or A series of orders from the same ordering office within _N/A____________ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __3_calendar__ days after issuance, with written notice stating the Contractor�s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 Indefinite Quantity OCT 1995 Indefinite Quantity (Oct 1995) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ""maximum."" The Government shall order at least the quantity of supplies or services designated in the Schedule as the ""minimum."" Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor�s and Government�s rights and obligations with respect to that order to the same extent as if the order were completed during the contract�s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 12 months after award. (End of clause) 52.217-5 Evaluation of Options. Evaluation of Options (July 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. The total evaluated price will be for the base period and any option periods. Evaluation of options will not obligate the Government to exercise the option(s). The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. (End of provision) 52.217-9 Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) The Government may extend the term of this contract by written notice to the Contractor within _7 calendar days____]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __3 calendar_ days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed __5 years_________. End of clause 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 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 52.204-20 Predecessor of Offeror 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 NOV 2021 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 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021 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 52.212-2 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 OCT 2014 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 AP4 2024 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 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 52.219-14 Limitations on Subcontracting OCT 2022 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside OCT 2022 52.219-28 Post-Award Small Business Program Rerepresentation MAR 2023 52.222-1 Notice to the Government of Labor Disputes FEB 1997 52.222-3 Convict Labor J+D324:Y324UN 2003 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 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons MAY 2024 52.223-20 Aerosols MAY 2024 52.223-21 Foams MAY 2024 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation DEC 2016 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 52.232-33 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 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 252.204-7015 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 252.204-7022 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 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7001 Buy American and Balance of Payments Program--Basic JAN 2023 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 252.232-7003 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 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9a0eb1fe1c57401a8cc5dda9adee3dbb/view)
- Place of Performance
- Address: Fayetteville, NC, USA
- Country: USA
- Country: USA
- Record
- SN07491937-F 20250629/250627230042 (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 |