Skip to content
Department of Defense

DLA Disposition Services Mid-America MHE Maintenance Services

Solicitation: SP451026Q0001
Notice ID: 0cd5121d1148498380bce2d240b9cde3
TypeSolicitationNAICS 811310PSCJ039Set-AsideSBADepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedFeb 19, 2026, 12:00 AM UTCDueFeb 19, 2026, 10:00 PM UTCExpired

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 19, 2026. Industry: NAICS 811310 • PSC J039.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $250,450,224 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Battle Creek, MI • 49037-3092 USA

Point of Contact

Name
Sara Gorham
Email
Sara.Gorham@dla.mil
Phone
269-961-4147
Name
Konni Small
Email
Konni.Small@dla.mil
Phone
269-961-4986

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA DISPOSITION SERVICES
Office
DLA DISPOSITION SERVICES - EBS
Contracting Office Address
Battle Creek, MI
49037-3092 USA

More in NAICS 811310

Description

Amendment 2

Amendment 2 is issued to extend the solicitation closing date, provide answers to vendor questions, and provide corrected equipment list/price schedule.

Solicitation now closes: 19 February 2026 at 5:00 PM Eastern Standard Time.

No other changes at this time.

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

Amendment 1

Amendment 1 is issued to extend the solicitation closing date until 17 February 2026 at 5:00 PM EST.

Solicitation now closes: 17 February 2026 at 5:00 PM Eastern Standard Time.

No other changes at this time.

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

DLA Disposition Services

Mid-America Region Material Handling Equipment Preventative and Corrective Maintenance Services

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 SP4510-26-Q-0001 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. See Attachment 1 - Performance Work Statement and applicable provisions and clauses.

The NAICS code is 811310 with a size standard of $12,500,000 set aside 100% for Small Business and 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.

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 Preventative and Corrective Maintenance Repair Services on Material Handling Equipment (MHE) in accordance with the attached Performance Work Statement for DLA Disposition Services Mid-America Region site locations.

All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies.  Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be performed during normal installation hours, excluding Federal holidays.

This requirement is a Firm Fixed Priced Time and Material 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 parts and labor hours. 

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

Offers are due at 3:00 PM Eastern Standard Time (EST), on Friday, February 13, 2026. Email quotes to sara.gorham@dla.mil. Questions are due Wednesday, February 4, 2026, at 3:00 PM EST and must be submitted in writing via email to sara.gorham@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, may be accepted and discussed only with those vendors that have submitted a quote.

FAR 52.212-1 INSTRUCTIONS TO OFFERORS:

Submit quotes by email to sara.gorham@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
  • Past Performance Questionnaires must be sent by the third party to the Contracting Officer only. Please refer to section 1.4 Past Performance Questionairre subsection (e) below 
  • Follow the submission format in section 1.2 below

Site Visits are not being supported for this action in advance of the response deadline.

QUOTE SUBMISSION (FORMAT AND CONTENT): The following describes the information that must be furnished as part of the quote and the format which must be presented. Quotes which do not provide the required information in the prescribed format at the time of initial submittal may be excluded from further consideration. Offers are strongly encouraged to read Provision FAR 52.212-1, “INSTRUCTIONS TO OFFERORS – 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 CONTENT: Offerors should not include extraneous information that is not required to be submitted by 1.4. All quotes shall be valid for 90 days. Quotes shall be submitted in distinctly severable parts consisting of the following volumes: Volume 1, Volume 2. Quote 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 or 2.

VOLUME 1: Quote Certifications and Price Schedule. (i) FAR 52.212-1(b) Information, except (b)(10). (b)(10) Information shall be in Volume 2. The Price Schedule is Attachment 2.

VOLUME 2: Past Performance Questionnaire. (See 1.4 below) (b) Submission of quote by email must be sent to: sara.gorham@dla.mil

FAR 52.212-2 EVALUATION:

EVALUATION FACTORS FOR AWARD:

The US Government will make an 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.

(a.) The evaluation factors are listed below:

 (i.) Past Performance

 (ii.) Price

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

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.

**Emailed quotes are to be sent to sara.gorham@dla.mil **

1.3 RESERVED.

1.4 PAST PERFORMANCE QUESTIONNAIRE:

(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 the performance of Material Handling Equipment preventative and corrective maintenance or similar services within the last 6 years. 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 either the firm; and/or principal subcontractor(s); and/or key employees of the 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 how each reference relates to same or similar requirements of the instant solicitation in areas such as performance timeframes, performance of material handling equipment preventative and corrective maintenance services or similar work and complexities of services (to determine the relevancy of the work).

(c) If the offeror elects to provide principal subcontractor past performance, the offeror shall provide the principal subcontractors’ consent allowing the US Government to disclose negative past performance information to the offeror.

(d) 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.

(e) 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 quote 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 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 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 quote s 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 sara.gorham@dla.mil with a reference to the solicitation, SP4510-26-Q-0001 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 quote 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 quote 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 quote 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 quote and in selecting the offeror whose quote 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, 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.

(f) A written notice of 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 the award.

1.6 EVALUATION FACTORS FOR AWARD:

(a.) The US Government will make an 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 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.

1.8 EFFICIENCY COMPETITION: Offerors are advised that the US Government may not evaluate the past performance questionnaires of all offerors under this RFQ. The US Government will first review the total evaluated price of all quotes received. The past performance of those offerors whose pricing is determined by the Contracting Officer to be most competitive may be reviewed prior to, or instead of, other past performance quotes received.

Based on the initial review of these past performance quotes, the US Government may not evaluate the past performance of other offerors, whose total evaluated pricing was higher than that of one already evaluated and already assigned the highest possible past performance rating. This would occur when the Contracting Officer determines that any possible past performance superiority of an unevaluated (and higher priced) past performance, over (a lower priced) one that was already evaluated and assigned the highest possible past performance rating, would not warrant any additional price premium. Minimum/maximum for the base period is $2,500.00 and a maximum value of 150% above the total estimated value for the period.  No minimum is guaranteed for the option periods.

The following provisions and clauses are applicable to this solicitation:

  1. The provision at FAR 52.212-1 (Instructions to Offerors – Commercial Items (Sep 2023)
  2. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) (NOV 2021) applies to this procurement (with evaluation consisting of 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). The following non-cost factors will be used to evaluate offers: Past Performance.

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.

The following FAR provisions apply to this procurement:

52.204-7          System for Award Management

52.204-16        Commercial and Government Entity Code Reporting

52.204-17        Ownership or Control of Offeror

52.204-20        Predecessor of Offeror

52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26        Covered Telecommunications Equipment or Services—Representation

52.209-7          Information Regarding Responsibility Matters

52.212-1          Instructions to Offerors—Commercial Products and Commercial Services

52.212-2          Evaluation—Commercial Products and Commercial Services

52.212-3          Offeror Representations and Certifications—Commercial Products and Commercial Services

52.212-3          Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I

52.217-5          Evaluation of Options

52.223-4          Recovered Material Certification

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

The DFARS provisions apply to this procurement:

252.203-7005  Representation Relating to Compensation of Former DoD Officials

252.204-7008  Compliance with Safeguarding Covered Defense Information Controls

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

252.204-7019  Notice of NIST SP 800-171 DoD Assessment Requirements

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

252.204-7025  Notice of Cybersecurity Maturity Model Certification Level Requirements

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

252.225-7055  Representation Regarding Business Operations with the Maduro Regime

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

The following FAR clauses apply to this procurement:

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

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13        System for Award Management Maintenance

52.204-18        Commercial and Government Entity Code Maintenance

52.204-21        Basic Safeguarding of Covered Contractor Information Systems

52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25        Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

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

52.209-9          Updates of Publicly Available Information Regarding Responsibility Matters

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations

52.212-5          Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services

52.216-18        Ordering

52.216-19        Order Limitations

52.216-22        Indefinite Quantity

52.217-8          Option to Extend Services

52.217-9          Option to Extend the Term of the Contract

52.219-6          Notice of Total Small Business Set-Aside

52.219-8          Utilization of Small Business Concerns

52.219-14        Limitations on Subcontracting

52.219-28        Post-Award Small Business Program Rerepresentation

52.222-3          Convict Labor

52.222-35        Equal Opportunity for Veterans

52.222-36        Equal Opportunity for Workers with Disabilities

52.222-37        Employment Reports on Veterans

52.222-41        Service Contract Labor Standards

52.222-42        Statement of Equivalent Rates for Federal Hires

52.222-43        Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts)

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

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

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

52.223-20        Aerosols

52.223-23        Sustainable Products and Services

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

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

52.242-5          Payments to Small Business Subcontractors

The following DFARS clauses apply to this procurement:

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

252.204-7003  Control of Government Personnel Work Product

252.204-7004  Antiterrorism Awareness Training for Contractors

252.204-7009  Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012  Safeguarding Covered Defense Information and Cyber Incident Reporting

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

252.204-7020  NIST SP 800-171 DoD Assessment Requirements

252.204-7021  Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement

252.205-7000  Provision of Information to Cooperative Agreement Holders

252.219-7003  Small Business Subcontracting Plan (DoD Contracts)--Basic

252.223-7008  Prohibition of Hexavalent Chromium

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

252.225-7012  Preference for Certain Domestic Commodities

252.225-7048  Export-Controlled Items

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

252.225-7056  Prohibition Regarding Business Operations with the Maduro Regime

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

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

252.227-7015  Technical Data—Commercial Products and Commercial Services

252.227-7037  Validation of Restrictive Markings on Technical Data

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

252.243-7002  Requests for Equitable Adjustment

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

252.247-7023  Transportation of Supplies by Sea--Basic

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)

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.