Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2022 SAM #7649
SOLICITATION NOTICE

S -- PR 22-BE-076 GREAT LAKES REGIONAL HAZARDOUS WASTE DISPOSAL CONTRACT

Notice Date
11/7/2022 5:44:28 AM
 
Notice Type
Solicitation
 
NAICS
56221 —
 
Contracting Office
DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP4500-22-R-0022
 
Response Due
11/10/2022 12:00:00 PM
 
Archive Date
11/25/2022
 
Point of Contact
Michael Mamaty, Michelle Watson, Phone: 2699615086
 
E-Mail Address
Michael.Mamaty@dla.mil, Michelle.Watson@dla.mil
(Michael.Mamaty@dla.mil, Michelle.Watson@dla.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Amendment 2 The purpose of this modification is to provide an updated Price Schedule and to answer questions received. 1) Why is there no CLIN option for disposal of PFAS waste at a Subtitle D land fill? Answer: During the contract development process, no customers indicated a requirement for PFAS disposal at a Subtitle D landfill. 2) CLIN NR96 -ls this CLIN to be used for the XXX waste water stream at the Chemical Defense Training Facility (CDTF) located at Fort Leonard Wood? Or is there some other CLIN for that waste stream? Answer: Yes. NR96 may be used for XXX-contaminated water from the CDTF, but other wastes, as applicable, may� be disposed utilizing CLIN NR96, as well. All incineration of the XXX waste generated at� the FLW CDTF must be incinerated for fifteen (15) minutes at 1,000 degrees Fahrenheit, or decontaminated in accordance with an approved equipment decontamination plan and certified by the mission commander or designee. XXX-contaminated waste disposed via this contract will require appropriate incineration, per the CDTF�s standard operating procedure (SOP). 3) Do contractors still need to provide signed Decon Tag from the disposal facility on all CDTF XXX waste streams? Not specified in the PWS. Answer: Yes, decontamination tags are still required, per FLW�s standard operating procedure (SOP). 4) What are the Dept. of Army requirements for the disposal if items designated as XXX material? Answer: Items designated as XXX must be incinerated for fifteen (15) minutes at 1,000 degrees Fahrenheit, or decontaminated in accordance with an approved equipment decontamination plan and certified by the mission commander or designee. XXX-contaminated waste disposed via this contract will require appropriate incineration. 5) CLIN RX0785 is for polymerizable pumpable liquids in tankers. What type of material js anticipated for this CLIN and will DLA be liable for material polymerizing within the tank truck while loading? Answer: Historically, this has been a type of paint and/or paint-related waste shipped from the Rock Island Arsenal. The Contractor shall be responsible for all actions, including material polymerization, that take place during the pumping process while loading. 6) Filters from the CDTF are disposed of from time to time. Is there a C6 CLIN designated for mandatory XXX incineration? Answer: A C6 suffix will be added for Base CLIN NR97. Amendment 1 This amendment serves the purpose of extending the solicitation open period until November 10, 2022, at 3:00p.m. Eastern Standard Time. Combined Synopsis/Solicitation SP450022R0022 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i?xv). Work will consist of the removal, transportation, and disposal of government generated hazardous and non?hazardous wastes located on or around military installations in the Great Lakes region, or within a 50?mile radius of any pickup point listed on this contract. The following additional information is provided in accordance with FAR 12.603(c)(2). (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)Solicitation SP450022R0022 is issued as a request for proposal (RFP). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022?08, effective September 23, 2022. (iv)This acquisition is being issued as a competitive 8(a) small business set?aside; the associated NAICS code is 562211; the small business size standard is $41.5M. (v)See Attachment 2 for the Price Schedule. (vi)See Attachment 1 for a description of the requirement and PWS. (vii)The contract is anticipated to have a 30?month base period from January, 2023 to July, 2025 and a 30?month option period. See Attachment 3 for a list of pickup locations. (viii)The provision at FAR 52.212?1, Instructions to Offerors ?? Commercial, applies to this acquisition. See the solicitation for addenda to the provision. Be advised, IAW FAR 52.212?1(g), Contract Award, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (ix)The provision at 52.212?2, Evaluation ?? Commercial Items, applies to this acquisition. See the solicitation for addenda to the provision. (x)The clause at 52.212?4, Contract Terms and Conditions ?? Commercial Items, applies to this acquisition. (xi)The clause at 52.212?5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ??Commercial Items, applies to this acquisition. See the solicitation for 52.212?5 clauses applicable to this acquisition. (xii)See the solicitation for additional contract terms and conditions. (xiii)The Defense Priorities and Allocations System (DPAS) is not applicable. (xiv)Proposals are due by 1500 EST on October 31, 2022. Proposals shall be emailed to Michael.Mamaty@dla.mil and hazardouscontractseast@dla.mil. (xv)Offerors must submit all questions regarding this solicitation in writing via email to Michael Mamaty at Michael.Mamaty@dla.mil. The cut?off date for the receipt of offeror questions is 1500 EST October 16, 2022. Questions received after that time may not receive an answer. *SP450022R0022 ATTACHMENTS and OTHER DOCUMENTS: Attach 1_ PWS Attach 2_ Price Schedule/Facility CLIN Assignment Sheet Attach 3_ PUPs Attach 4_ Past Performance Questionnaire Attach 5_KTR Work Surveillance Checklist ICS Work Attach 6_KTR Work Surveillance Checklist Placement or Removal Empty ROB or Vac Box
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/065346ccfc0b402ba6842555897ff30a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06511199-F 20221109/221107230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.