Skip to content
Department of Defense

DLA Disposition Services Northeast Regional MHE Maintenance Services

Solicitation: SP451026Q1007
Notice ID: 22fd625d8c4d47899c461bfaff88f8e5
TypeCombined Synopsis SolicitationNAICS 811310PSCJ039Set-AsideSBADepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedFeb 20, 2026, 12:00 AM UTCDueMar 23, 2026, 09:00 PM UTCCloses in 29 days

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 23, 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
James Isola
Email
James.Isola@dla.mil
Phone
Not available

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

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with FAR 12 and 13.5 The required equipment is per the attached specifications, including its delivery timeframes. This procurement is a total small business set-aside under NAICS 811310 with a size standard of $12.5 million. The following clauses will be included in the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).  If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.

Quotes are to be received no later than 5:00 p.m. Eastern Standard U.S. Time on the specified date listed in the solicitation, via email only to the designated Contracting Officer.

Questions must be submitted by email to the designated Contracting Officer by Wednesday, March 04, 2026, at 5:00 PM EST. Answers will be submitted to SAM.gov as an amendment to the solicitation.

See Attachment for the Price Schedule and Specifications/Additional Terms. 

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 made during normal installation work hours which are available from the above POC, excluding Federal holidays.

FAR 52.212-1 Instructions to Offerors

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 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 Proposal. (See 1.4 below) (b) Submission of proposal by email should be sent to: james.isola@dla.mil

Emailed proposals are to be sent to james.isola@dla.mil

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 this requirement. 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. Relevant past performance shall be within the last 6 years.

(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 four (4) projects considered by the offeror to be the most relevant to the requirements of this solicitation. If more than four projects with reference surveys are received, the US Government will consider the first four 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 james.isola@dla.mil with a reference to the solicitation, SP4510-25-Q-1051 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.

FAR 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.

Applicable FAR Provisions & Clauses:

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

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements                                JAN 2017

52.204-7          System for Award Management NOV 2024

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

52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and                                   Other Covered Entities DEC 2023

52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment            NOV                             2021

52.204-25        Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment       NOV                                 2021

52.204-26        Covered Telecommunications Equipment or Services--Representation     OCT 2020

52.204-29        Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures.                         DEC 2023

52.204-30        Federal Acquisition Supply Chain Security Act Orders—Prohibition       DEC 2023

52.209-6          Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for                           Debarment           JAN 2025

52.209-7          Information Regarding Responsibility Matters   OCT 2018

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 (DEVIATION) MAR                                 2025

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--Alternate I     NOV 2021

52.212-5          Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and                              Commercial Services        OCT 2025

                                    - FAR 52.212-5 Deviation CD 2025-O0003

52.216-18        Ordering          AUG 2020

52.216-19        Order Limitations         OCT 1995

52.216-22        Indefinite Quantity       OCT 1995

52.216-31        T&M/LH Proposal Requirements—Commercial Acquisition      NOV 2021

52.217-8          Option to Extend Services         NOV 1999

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 (DEVIATION 2021-O0008)        SEP 2021

52.219-28        Post-Award Small Business Program Rerepresentation   JAN 2025

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          OCT 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

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

52.223-20        Aerosols          MAY 2024

52.223-23        Sustainable Products and Services (DEVIATION)          MAR 2025

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

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

52.252-5          Authorized Deviations in Provisions      NOV 2020

Applicable DFARS Provisions & clauses:

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

252.203-7005   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

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

252.204-7012   Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Rev 1)  MAY                             2024

252.204-7014   Limitations on the Use or Disclosure of Information by Litigation Support 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

252.204-7019   Notice of NIST SP 800-171 DoD Assessment Requirements       NOV 2023

252.204-7020   NIST SP 800-171 DoD Assessment Requirements          NOV 2023

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

252.215-7008   Only One Offer DEC 2022

252.223-7008   Prohibition of Hexavalent Chromium    JAN 2023

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

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

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

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

252.232-7003   Electronic Submission of Payment Requests and Receiving Reports        DEC 2018

252.232-7006   Wide Area WorkFlow Payment Instructions       JAN 2023

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

252.246-7008   Sources of Electronic Parts        JAN 2023

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

Applicable DLAD Provisions & Clauses:

DLAD 5452.233-9001 DISPUTES – AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020)

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)

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.