This is a combined synopsis/solicitation for commercial products or services for MHE batteries and flowrite watering systems at DLA Distribution Warner Robins, GA. The acquisition is a 100% small business set-aside. The contract will be a firm-fixed-price purchase order with delivery required 45 days after receipt of order. Batteries must be new, unused, and compatible with existing government-owned MHE. Flowrite watering kits must be installed prior to delivery where specified. All items must be delivered undamaged and ready for operational use. A minimum 24-month manufacturer warranty is required for maintenance-free batteries. Defective items will be replaced at no cost to the government. Proof of delivery documents must include contract number, delivery order number, material number, specific quantity shipped, and signature of a government employee. Quotes must be submitted electronically via email to ***@***. *. * by April 24, 2026, 1:00 PM EST. Quotes must be held firm for 30 calendar days. The government intends to award one purchase order to the responsive, responsible offeror whose quote is most advantageous based on the lowest technically acceptable price process, with the lowest overall price for all CLINs. Award will be made on an all-or-none basis. Technical capability and past performance will be evaluated on an acceptable/unacceptable basis. Price will be evaluated for the lowest total price among technically acceptable offers. The Wide Area Workflow (WAWF) system will be used for electronic invoicing and payment requests.
The contractor shall deliver MHE batteries within 45 days after receipt of order.
The bid notice states that payment will be made via the Wide Area Workflow (WAWF) system, and prompt payment is contingent on proper proof of delivery documentation. The notice also mentions clauses related to payments, discounts for prompt payment, and payment by electronic funds transfer system.
All batteries shall include a minimum manufacturer warranty, including a 24-month warranty for maintenance-free batteries where applicable. Defective items shall be replaced at no cost to the government.
The government intends to award one purchase order resulting from this solicitation to the responsive, responsible offeror whose offer, conforming to this solicitation, will be the most advantageous to the government, price and other factors considered using the lowest technically acceptable price process, with the lowest overall price for all CLINS.
Offerors must be determined to be responsible according to the standards of FAR Part 9 to be eligible for award. Technical capability and past performance will be evaluated on an acceptable/unacceptable basis.
The bid notice mentions that failure to follow instructions regarding marking the contract number on all paperwork and shipments will hold up payment and could result in the return of merchandise at the contractor's expense.
Interested parties may file an agency-level protest with the contracting officer or may request an independent review by the Chief of the Contracting Office (CCO).