Amendment 0002 for solicitation SP3300-25-R-5002, issued on October 15, 2025, by DLA Distribution Acquisition Operations (J7), addresses a critical omission from the original posting. This amendment provides the previously missing Attachment 35, the Past Performance Questionnaire, which is essential for offerors. The solicitation, originally dated October 7, 2025, remains unchanged in its other terms and conditions. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered, with the deadline for offers not extended by this modification. The amendment emphasizes the importance of including all required documents for a complete submission.
Amendment 0004 to Solicitation SP3300-25-R-5002 addresses various offeror questions and revises several solicitation documents and attachments. Key changes include clarification on mistakenly uploaded forms, incorporation of Attachment 11 (Contract Data Requirements List), and revisions to Attachments 1, 2, 7, 11, 20, 25, and 27. The amendment clarifies page limitations for certain proposal sections, the required verification for facility clearance, and the interpretation of "TAB" references for contract references. It also confirms the maximum ceiling value for the solicitation and corrects PWS section references for CLINs related to Special Projects/Surge & Sustainment. Further clarifications cover the applicability of CBA rates versus Wage Determinations, the format for price proposals, and the status of government-provided vehicles. The document also provides responses regarding APL deductions, Past Performance Questionnaires, and the use of CPARs, emphasizing that all other terms and conditions remain unchanged.
The Performance Work Statement (PWS) for RFP SP3300-25-R-5002 details requirements for warehouse and distribution operations for the Defense Logistics Agency (DLA) Distribution. This contract focuses on managing, operating, and performing distribution center functions, including receiving, storage, inventory, packaging, and worldwide transportation of military items. Key aspects include adherence to DLA Standard Operating Procedures, audit sustainment, and the use of Warehouse Management Systems (WMS). The document outlines general conditions, personnel requirements (including key roles like Site Manager and Security Specialist, and non-key roles such as Warehouse Specialist and Transportation Assistant), and stringent security protocols for government property and information. It also covers safety, occupational health, radiation protection, and electrostatic discharge control programs, along with comprehensive transition plans for services and personnel. Specific tasks detail distribution services, physical inventory, transportation, and packaging, emphasizing compliance with DLA and DoD regulations to provide efficient logistics support to the Armed Forces.
The provided government file, likely an attachment or cover page for a larger document related to federal RFPs, grants, or state/local RFPs, states that for the best experience, the PDF portfolio should be opened in Acrobat X or Adobe Reader X, or later versions. It also includes a prompt to 'Get Adobe Reader Now!' The main purpose of this file is to inform the user about the optimal software required to view the full document and to provide a link or suggestion for obtaining the necessary software.
Attachment 2, SP3300-25-R-5002, details site-specific requirements for warehouse and distribution operations at DLA Distribution San Diego, California (DDDC), supplementing Attachment 1. The contractor will support Navy Fleet units, Fleet Readiness Center Southwest, and San Diego County units, including emergent and high-priority workloads. Key areas include operating two sites (Naval Base San Diego and Naval Base Coronado – North Island) with 24/7 on-call support, adherence to gate access, and specific hours for pass and ID offices. The contract covers property and equipment maintenance, including Modula Vertical Lift Modules, environmental responsibilities, and custodial duties. Significant sections cover material processing for Navy items (MTIS), Level 1/SUBSAFE material handling, transshipments, local deliveries, demilitarization, hazardous material disposal, shipment preparation, traffic management, transportation of controlled and radioactive materials, and packaging in support of FRCSW. The document emphasizes accountability, traceability, and adherence to specific SOPs and instructions for all operations, including Material Processing Center (MPC) services for Navy afloat activities and Pharmaceutical Prime Vendor (PPV) material.
The document provides an equipment list for automated storage and retrieval systems, specifically Modula Vertical Lift Modules (VLMs), located at DLA Distribution San Diego, CA (DDDC). It details five VLM units, including their manufacturer (Modula), model numbers (ML75D and ML1000D), serial numbers, and specific locations within buildings 660, 3581, and 659. This list appears to be an inventory or asset management record, likely used for planning, maintenance, or procurement within a government logistics or warehousing context.
The document outlines the Preventative Maintenance (PM) Program Schedule for Vertical Lift Modules (VLMs) as recommended by MODULA INC. It details four levels of preventative maintenance designed to ensure proper operation and extend machine longevity. LVL 1 maintenance, including routine inspections, calibration, lubrication, and adjustments, must be performed annually or every 15,000 missions. Higher levels of maintenance involve specific parts replacements: LVL 2 (every 30,000 missions) replaces sprockets, chains, pawls, guides, and door parts; LVL 3 (every 45,000 missions) replaces wheel-tubes and external bay slides; and LVL 4 (every 150,000 missions) replaces major components such as vertical belts, pulleys, E-chains, cradle movement cables, and motors. This program ensures the timely replacement of consumable parts to maintain machine performance over time.
This government file, "TECHNICAL EXHIBIT 5.0 ACCEPTABLE PERFORMANCE LEVELS," outlines various acceptable performance levels (APLs) for receiving, quality, inventory, packaging, and retail operations within a logistics or warehousing context. The document details specific activities, their timeliness standards, corresponding APLs, and the impact (PRI 1, 2, or 3). It also defines the "Measurement Universe" and "Applicability" for each metric, often referencing tracking in "Warehouse Monitor," "Qlik application," or other HQ/J3/NI provisioned tools. Key considerations for APL calculations include the exclusion of weekends and federal holidays for business hour/day metrics. The file emphasizes timely processing for activities such as "TU Create/ASN Unload to Putaway," adherence to quality standards like "iSDR Rate," inventory accuracy, and efficient packaging. Overall, the document serves as a crucial guide for performance management and compliance within federal government logistics and supply chain operations.
SP3300-25-R-5002, Attachment 35, is a Contractor Present/Past Performance Questionnaire for a federal government Request for Proposal (RFP). The RFP, SP3300-25-R-5001, seeks offers for Warehouse and Distribution Operations at DLA Distribution San Diego, California. The questionnaire, intended for completion by a Rater/Evaluator/Assessing Official (AO), gathers information on a contractor's past performance to provide the government with "best value" during the source selection process. It covers general contract details, a five-tier rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for eight performance areas (Quality, Timeliness, Cost Control, Business Relations, Key Personnel Management, Small Business Utilization, Regulatory Compliance, and Additional Information), and ten yes/no questions about various aspects of contractor conduct. AOs are required to provide justifications for ratings and explanations for yes/no responses. The completed questionnaire, which is considered source selection information, must be emailed to Julie Leasure (Julie.Kemper2@dla.mil) by the proposal due date.
The Small Business Subcontracting Plan (Attachment 7, SP3300-25-R-5002) is a government form designed to ensure that prime contractors commit to subcontracting a portion of their work to various small business concerns, including Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and HUBZone Small Business (HZSB). The plan requires offerors to set specific percentage goals and dollar values for subcontracting to these entities, broken down by base year and option years. It also mandates detailed descriptions of subcontracted supplies and services, methods for developing goals and identifying potential subcontractors, and policies regarding indirect costs. Furthermore, the plan outlines administrative responsibilities, efforts to ensure equitable competition, inclusion of relevant FAR clauses in subcontracts, cooperation in government studies and report submissions (eSRS), record-keeping requirements, and assurances of good faith efforts and timely payments to small business subcontractors. The document is structured to address the fifteen elements mandated by FAR 52.219-9(d).
This document is a Standard Form 1449 (SF-1449) used for Solicitation/Contract/Order for Commercial Items, specifically for federal government RFPs. It outlines the process for soliciting offers and awarding contracts for commercial goods or services. Key sections include requisition and solicitation numbers, issue and offer due dates, and contact information for the issuing office. It specifies the method of solicitation (RFQ, IFB, or RFP), details about the acquisition (unrestricted or set-aside, NAICS code, size standard), delivery terms, and discount terms. The form also includes spaces for the schedule of supplies/services, quantities, unit prices, and amounts. Payment and administration details are provided, along with sections for offeror/contractor information and signatures from both the offeror/contractor and the contracting officer. The back of the form includes sections for documenting receipt, inspection, and acceptance of items, as well as payment verification. Specific details provided in the form include Solicitation Number SP3300-25-R-5002, an offer due date of 12/02/2025 at 2:00 PM EST, and a NAICS code of 493110 with a size standard of $34.0 Million.
The government RFP SP3300-25-R-5002 outlines a five-year Indefinite Delivery/Indefinite Quantity contract for Warehousing and Distribution Services at DLA Distribution, San Diego, California. This hybrid contract includes Firm-Fixed-Price, Time-and-Materials, Labor-hour, and Reimbursable CLINs for services such as warehousing operations, equipment maintenance, non-capital equipment, material support, travel for training, and special projects. The total estimated ceiling value is $137,272,449.92. The solicitation, issued as full and open competition with NAICS code 493110, requires electronic proposal submission via the PIEE website by December 2, 2025. It emphasizes compliance with numerous FAR and DFARS clauses, including those on safeguarding information systems and labor standards. The incumbent contractor is Accent Controls, Inc.