REQUEST FOR TECHNICAL PROPOSAL (RFTP) SURPLUS PERSONAL PROPERTY SALE (EAST) IFB 33-5019
ID: RFTP-33-5019Type: Sale of Surplus Property
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES HQBATTLE CREEK, MI, 49037-3092, USA

PSC

SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY (P100)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting technical proposals for the sale of surplus personal property in the Eastern United States, including territories such as Puerto Rico and the Virgin Islands. This procurement involves a two-step process, where only firms with acceptable technical proposals will be invited to submit monetary bids for a firm fixed-price contract, which has a base period of 12 months and options to extend for up to 48 additional months. The surplus property, sold "as-is, where-is," includes items classified as "new," "usable," or "repairable," while excluding hazardous materials and certain federal records. Interested bidders must submit their technical proposals by 3:00 p.m. EST on August 24, 2025, and can direct inquiries to Jenifer Sestina at jenifer.sestina@dla.mil or Jared Plott at Jared.Plott@dla.mil.

    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Disposition Services is issuing an Invitation for Bid (IFB) for a term public sales contract of surplus personal property. This is Step Two of a two-step sealed bid auction process, open only to bidders who submitted an acceptable technical proposal in Step One. The contract is firm fixed-price, with bids expressed as a percentage of acquisition value. The DLA guarantees to issue a minimum of 42,000 Disposal Turn-In Documents (DTIDs) or property worth $234 million (whichever is less) within the 12-month base period, and a maximum of 225,000 DTIDs or property worth $2 billion (whichever is greater). The contract can be extended for up to 48 additional months. Surplus property includes items with DEMIL codes A, F, or Q6, determined to be “new,” “usable,” or “repairable,” and sold “as-is, where-is” from DLA Disposition US Northeast and Southeast locations. Excluded items include hazardous materials, those requiring mutilation or disassembly, federal government records, and certain naval vessels. Bidders must provide a $100,000 bid deposit and, if successful, an additional deposit and a $3 million financial guarantee bond. Award is based on the highest responsive bid, subject to a pre-award survey including trade security control clearance and other checks. Purchasers are responsible for property removal costs, compliance with export control regulations, and using a web-based application (Q-Tool) to confirm sales eligibility. The contract emphasizes purchaser cooperation in audits and investigations, with no reimbursement for unanticipated costs.
    The Defense Logistics Agency (DLA) Disposition Services is inviting bids for a term sale contract concerning surplus personal property located in its Northeast and Southeast regions, including territories like Puerto Rico and the Virgin Islands. The contract, governed by a two-step sealed bid process, sets a minimum bid percentage of 3.5% of the acquisition value, projected to generate between 126,000 and 640,000 Disposal Turn In Documents (DTIDs) over a 36-month base period, valued up to $702 million to $5 billion. The property is sold “as-is”, encompassing items that have completed necessary demilitarization, with no responsibility placed on the Purchaser for DEMIL processes. The successful bidder must provide bid deposits and a financial guarantee bond, alongside compliance with Trade Security Control assessments. Property inspection, handling, and storage protocols ensure proper management during acquisition. The sale is strictly regulated under federal laws, with the DLA maintaining discretion over property distribution and sales eligibility, emphasizing responsible and transparent procurement practices within federal property management operations. This IFB emphasizes the DLA's commitment to responsible asset disposition while adhering to federal regulations and security protocols.
    The Defense Logistics Agency (DLA) Disposition Services has released Request for Technical Proposal (RFTP) Number 33-5019, a crucial first step in a two-step Invitation for Bid (IFB) process. This RFTP seeks technical proposals, *without* bid prices, for a term quantity sale of surplus personal property across the United States and its territories. The contract aims to sell surplus Department of Defense (DOD) personal property for a base period of 12 months, with options to extend up to five years. Key submission requirements include an electronic format, a 100-page limit, and a deadline of 3:00 p.m. EST on August 24, 2025. Proposals must detail operational and business plans, covering property removal, transportation, storage, export control, financial capacity, and relevant experience. Only firms with acceptable technical proposals will proceed to Step Two, where monetary bids will be submitted.
    This document, "Bidder Questions and Agency Answers in ref: RFTP & Draft IFB 33-5019," addresses key inquiries from potential bidders regarding a draft Invitation for Bids (IFB). The Agency clarifies several important aspects: removing the minimum bid percentage requirement (Question 1), explaining the ramifications of not meeting contract timelines (Question 2) and emphasizing bidder responsibility, modifying the requirement for an Agency-managed Q-Tool (Question 3), and outlining procedures for base access without Common Access Cards (Question 4). Additionally, the Agency discusses the timing for contract closure and accounting reconciliation (Question 5) and confirms that historical data for surplus property by DEMIL code will be provided (Question 6). The document aims to provide clarity and set expectations for bidders, ensuring a smooth and orderly vetting process for awarding a new contract.
    The Defense Logistics Agency (DLA) is issuing Request for Technical Proposal (RFTP) No. 33-5019 for the sale of surplus personal property in the U.S. and its territories, facilitated through a two-step bidding process. This proposal aims to secure firms capable of executing property removal safely and timely from DOD sites, emphasizing compliance with Federal, state, and local laws. Key components of the Technical Proposal include an operational plan detailing property logistics, safety measures, accountability, and export control procedures. Additionally, a comprehensive business plan addressing management, financial capacity, and experience in handling surplus property is required. Proposals are due electronically by 3:00 p.m. EST on August 17, 2025. Late submissions will be rejected. Firms must ensure proposals are formatted correctly, with clear labeling and adherence to technical requirements, as only those meeting these specifications will advance to the monetary bidding phase. The DLA emphasizes a collaborative and transparent process involving clarification opportunities for proposal adjustments. This initiative signifies the government’s commitment to efficient surplus property handling while maintaining compliance and security standards.
    This IFB Modification amends a government Request for Proposal (RFTP) by removing the minimum bid price requirement and clarifying the performance period to a 12-month base with four 12-month option periods. Crucially, it reiterates the Government's right to reject any or all proposals, as per 41 CFR Part 102-38.205, even if they are technically compliant or competitively priced. The document explicitly states that proposal submission does not guarantee an award, and the Government's decision is at its sole discretion, based on factors such as excessive pricing, inadequate technical proposals, changes in government needs, or other factors deemed not in the Government's best interest. Offerors acknowledge and agree to these terms by submitting a proposal.
    This DLA Disposition Services pamphlet outlines the standard instructions, terms, and conditions for surplus and foreign excess personal property sales. It supersedes the March 1994 edition, introducing significant changes, particularly differentiating between properties located within and outside the United States. Key areas for bidders to review include bid information, storage charges/late removal, and all-or-none bids. The document details payment procedures, property removal responsibilities, and conditions for refunds. It also covers legal aspects such as governing law, export/import regulations, and tax liabilities. Important clauses address joint bids, denial of access for certain individuals, property inspection, bid consideration, and default consequences. The pamphlet further specifies conditions for guaranteed descriptions, liability limitations, and compliance with various federal acts like the Contract Disputes Act and Privacy Act. Additionally, it details special conditions for sealed bids, term contracts, scrap property, and items on the US Munitions and Commerce Control Lists, emphasizing adherence to all applicable laws and regulations.
    The "Sale by Reference" pamphlet outlines the standard Instructions, Terms, and Conditions for the sales of surplus and foreign excess personal property by DLA Disposition Services. It introduces critical bidding procedures, payment responsibilities, and property removal protocols differentiating between domestic and international transactions. Key areas of focus include strict bid submission and payment guidelines, the necessity of property inspection before bidding, and the importance of compliance with federal, state, and local laws regarding property handling and disposal. Additionally, the pamphlet emphasizes the consequences of noncompliance, including potential contract termination and liquidated damages for defaults. It underlines the prohibition of contingent fees associated with bids and establishes standards for joint bids. Moreover, it highlights the legal obligations regarding the export and import of purchased properties and the requirement of using appropriate safety equipment during removal. The document serves as a comprehensive guide for potential bidders, ensuring they understand the legal framework and operational standards governing the sale of government property, stressing the need for adherence to the specified terms to facilitate smooth transactions. Ultimately, it aims to promote transparency, fairness, and efficiency in government property sales while protecting the interests of both the government and purchasers.
    Lifecycle
    Similar Opportunities
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    31-5005 Foreign Excess Personal Property (FEPP) Sigonella, IT
    Buyer not available
    The Defense Logistics Agency (DLA) is offering a 36-month term contract for the sale of Foreign Excess Personal Property (FEPP) located at DLA Disposition Services in Sigonella, Italy, under Invitation for Bids (IFB) No. 31-5005. Bidders are required to submit offers as a percentage of the estimated Original Acquisition Value of $5,000,933, with the sealed bid closing on December 15, 2025, at 1:00 p.m. EST. The FEPP includes "new," "usable," or "repairable" items sold "as-is, where-is," and the contract mandates that purchasers accept all tendered material without minimum or maximum quantity limits, while adhering to strict removal timelines and compliance with U.S. export control regulations. Interested bidders should contact Kris Smoker at kris.smoker@dla.mil or Thomas Marcum at thomas.marcum@dla.mil for further details.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Southeast Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the Annual Bulk Petroleum Purchase for the Atlantic, Europe, and Mediterranean Region under Solicitation Number SPE602-26-R-0700. This procurement aims to acquire various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JA1), and Aviation Turbine Fuel (JP5), to support military operations across multiple locations in Europe, with delivery scheduled from July 1, 2026, to June 30, 2027. Offerors are required to utilize the Bulk Offer Entry Tool (OET) for submissions and must be registered in the System for Award Management (SAM), with a closing date for proposals set for January 5, 2026, at 3 PM EST. Interested parties can direct inquiries to Gerardo Gomez or Paul Johnson via the provided email addresses.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    UTAH
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in the Utah region. The procurement aims to secure the delivery of various subsistence items from the 8900 federal supply group or their commercial equivalents, with a requirement for "just in time" delivery beginning no later than 120 days post-award. This contract, valued at a maximum of $38,211,329.99, will span 60 months and consist of three pricing tiers, with evaluations based on best value lowest price technically accepted criteria. Interested parties can find the Request for Proposal (RFP) under Solicitation Number SPE300-26-R-0004, which is expected to be posted on the DLA BSM DIBBS website in December 2025. For further inquiries, contact Vance S. Corey at vance.corey@dla.mil or Benjamin Dorsey at benjamin.dorsey@dla.mil.
    Vehicles Parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    31-5006 Used Firefighting Truck Camp Lemonnier, DJI
    Buyer not available
    The Defense Logistics Agency (DLA) Disposition Services is offering a one-time sealed bid sale for a used firefighting truck located at Camp Lemonnier, Djibouti. Bidders are required to submit a minimum bid of $50.00 using the specified SF114 and SF114A forms, with the offer closing on December 15, 2025, at 1:00 p.m. EST. The truck, a 2006 FREIGHTLINER, is operational but has known maintenance issues, including dead batteries, and is sold as-is without the option for physical inspection. The successful bidder will be responsible for all logistics related to the removal of the truck within 21 calendar days after customs clearance, with full payment due prior to removal via Electronic Fund Transfer, ACH, or credit card. Interested parties can contact Kris Smoker or Thomas Marcum for further information and must comply with all government regulations associated with the sale.