SOLICITATION NOTICE
S -- 25R05_San Joaquin Hazardous Waste Removal and Disposal
- Notice Date
- 1/13/2025 10:02:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 5622
—
- Contracting Office
- DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP450025R0005
- Response Due
- 1/23/2025 10:00:00 AM
- Archive Date
- 02/07/2025
- Point of Contact
- Denna Crandall, Phone: 2699615540, Kayla DesVoignes, Phone: 2699615543
- E-Mail Address
-
Denna.Crandall@dla.mil, kayla.desvoignes@dla.mil
(Denna.Crandall@dla.mil, kayla.desvoignes@dla.mil)
- Description
- Amendment 0002 is issued 1. To update Attachment 12, Usage Report of the current contract to include actual pickup DoDAAC and noun description of waste material as ordered per TO. 2. Answer submitted questions: a. Question / Request: Please provide the waste material profile for the largest waste streams for the following CLINs: Containerized Waste TX07C4 TX17C4 CY01M2, CY01M1 NR01C4 NR04C4 Answer: DLA doesn�t provide waste material profile information for solicitations. Please refer to waste description on price schedule (PS) and noun description on revised Usage Report. b. Question / Request: In order to determine our costs, please provide the actual pickup location and the primary waste material profile(s) for each of the following Bulk CLINS. Bulk Waste FL05B5 FL06B5 NR03B5 NR04B5 NR05B5 PF03B5 RE11B5 TX11B5 TX12B5 Answer: All sites have the potential to use every CLIN on the price schedule, therefore, pickup locations with the primary waste material profiles will not be provided. Please refer to the revised Usage Report for the pickup DoDAAC on current contract. 3. Extend the Solicitation response due date for one week from Thursday, January 16, 2025, at 3:00PM EST, to Thursday, January 23, 2025, at 1:00 PM EST. 4. All other terms and conditions remain unchanged. 5. Positive acknowledgement of receipt of this amendment by completion of block 15 and returning along with your submission package to Denna.Crandall@dla.mil is due by 1:00 p.m. EST on January 23, 2025. ***END AMENDMENT 2**** Amendment 0001 is issued to provide an ordering history as attachment 12. Questions and responses are below: QUESTION: Who is the current contract holder? DLA Disposition Services Response: Information for the current contract can be found at SAM.gov. QUESTION: What is the amount of the contract? And what is the annual spend? DLA Disposition Services Response: We are not able to provide the estimated contract value for this acquisition as that would be disclosing our Independent Government Estimate. However, we can provide historical information on quantities ordered and estimated quantities for the requirement, SP450025R0005. An Excel file � Attach12 � has been uploaded to provide historical ordering. Estimated quantities for the new requirement are part of the Price Schedule. B. All other terms and conditions remain unchanged. C. Positive acknowledgement of receipt of this amendment by completion of block 15 and returning along with your submission package to Denna.Crandall@dla.mil is due by 3:00 p.m. Eastern on January 16, 2025. ********************END AMENDMENT******************** Combined Synopsis/Solicitation SP450025R0005 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i?xvi). Work requires the selected contractor to provide for the removal, transportation, and disposal of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS) located on or around military installations in the San Joaquin region or within a 50-mile radius of any pickup location listed on the Pickup Locations Table (Attachment 3) of the 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 SP450025R0005 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 2025-01, effective November 12, 2024. (iv) This acquisition is being issued as a full and open competition on an unrestricted basis; the associated NAICS code is 562211; the small business size standard is $47M. (v) See the attached Price Schedule. (vi) See the solicitation for a description of the requirement. (vii) The contract is anticipated to have a 30-month base period from April 2025 to September 2027 and a 30-month option period. See the solicitation 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. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See the solicitation for addenda to the provision. (x) Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alternate I, with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) 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. (xiii) See the solicitation for additional contract terms and conditions. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Proposals are due by 1500 EST on January 16, 2025. Proposals shall be emailed to Denna.Crandall@dla.mil and hazardouscontractswest@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Denna Crandall at Denna.Crandall@dla.mil. The cut-off date for the receipt of offeror questions is noon EST fourteen calendar days after solicitation issuance. Questions received after that time may not receive an answer. * SP450025R0005 ATTACHMENTS and OTHER DOCUMENTS: Attach 1_ San Joaquin Price Schedule Attach 2_ PWS Attach 3_Additional Contract Terms and Conditions Attach 4_Addenda to 52.212-1 Instructions Attach 5_Addenda to 52.212-2 Evaluation Attach 6_ PUPs Attach 7_ Past Performance Questionnaire Attach 8_Department of Labor Wage Determination (1996-0223) Revision 63 Attach 9_KTR Work Surveillance Checklist ICS Work Attach 10_KTR Work Surveillance Checklist Placement or Removal Empty ROB or Vac Box Attach 11_Provision Fill-ins *Attach 12_20D0012 Usage Report_REV1
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/39318b4bebb94565bacffc0b9a7b0c1f/view)
- Place of Performance
- Address: San Joaquin, CA, USA
- Country: USA
- Country: USA
- Record
- SN07310822-F 20250115/250113230056 (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 |