SOLICITATION NOTICE
S -- Hazardous Waste Disposal San Diego
- Notice Date
- 1/30/2025 3:55:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP450025R0004
- Response Due
- 2/3/2025 3:00:00 PM
- Archive Date
- 02/18/2025
- Point of Contact
- Andrea Tichenor, Hazardous Contracts West
- E-Mail Address
-
andrea.tichenor@dla.mil, HazardousContractsWest@dla.mil
(andrea.tichenor@dla.mil, HazardousContractsWest@dla.mil)
- Description
- 30JAN2025 - This update is being published for the below two reasons: 1. CLIN RE10ME has been removed from the price schedule; and the description of CLIN RE11ME has been corrected to read ""1 EA of RE11ME equals 1 drum."" Row 282 has been removed from the spreadsheet to delete RE10ME. Consequently, another version of Attachment 1, 'Attachment 1 - Price ScheduleV5.xlsx' has been uploaded. 'Attachment 1 - Price ScheduleV4.xlsx' has been removed. Offerors must complete V5 and submit it with their Volume I. 2. To extend the solicitation deadline to 1800EST on Monday, 03FEB2025. *** 17JAN2025 - This update is being published for the below three reasons: 1. To answer two bidder questions. Q1: (1) Re: Volume III Small Business Participation Plan � If we commit to making a genuine good faith effort to achieve all of the subcontracting commitments listed in our Plan, but choose to label them as �non-enforceable,� as opposed to �enforceable,� will this negatively impact how our proposal is evaluated? (2) If we label some or all of the commitments as enforceable, but fail to achieve the set targets, what will the consequences be? Please clarify. A1: (1) A �non-enforceable� subcontracting commitment will not negatively impact how a proposal is evaluated. However, an �enforceable� subcontracting commitment will positively impact how a proposal is evaluated. As noted in subparagraph 3 of the Small Business Participation evaluation provision (see Attachment 7, p. 8), the Small Business Participation Plan will be evaluated in terms of the offeror�s proposed subcontracting participation, the extent of commitment to use the subcontractor(s) (enforceable vs. non-enforceable commitments), and the offeror�s established or planned procedures for small business outreach and utilization. Thus, it would be reasonable to expect that the Contracting Officer would rate proposals showing a greater commitment to enforceable subcontracting participation more highly than similar commitments or goals that were not considered enforceable. (2) �Enforceable� subcontracting commitments will become part of the terms and conditions of the contract; therefore, a breach of the terms of the contract may impact administration of the contract, including the documentation of performance in CPARS and could play a role in decisions regarding termination or option exercise. Additionally, firms that are not small businesses and are required to file a subcontracting plan should note the requirement to annually document how they performed compared to their plan via the Electronic Subcontract Reporting System (eSRS). As noted in the Small Business Subcontracting Plan Submittal requirements (Attachment 7, p. 5) the Government will document performance accordingly. Q2: Re: Volume III Small Business Participation Plan � Do subcontractors have to be registered in Sam.Gov or be certified by any particular certifying agency? Please clarify the eligibility requirements, if any. A2: Short answer, no, they do not have to be registered. If you have the CAGE of a subcontractor, please identify it. However, if the subcontractor is not registered in SAM, the procedures from FAR 52.219-8(e)(1) may be used, which say ""The Contractor may accept a subcontractor's written representations of its size and socioeconomic status as a small business, small disadvantaged business, veteran-owned small business, service-disabled veteran-owned small business, or a women-owned small business if the subcontractor represents that the size and socioeconomic status representations with its offer are current, accurate, and complete as of the date of the offer for the subcontract."" 2. To upload the final version of Attachment 1, 'Attachment 1 - Price ScheduleV4.xlsx'. 'Attachment 1 - Price ScheduleV3.xlsx' has been removed to reduce the potential for confusion. Offerors must complete V4 and submit it with their Volume I. For your awareness, cells that have changed since the original are highlighted in yellow, and the following three new CLINs were added to the schedule: ""LP06C2"", ""LP07C4"", and ""1005SP, Defoaming Agent for pumping of AFFF rinsates. 1 EA = (1) 5-gal pail."" See section 2.4 a. of the updated PWS for more details. 3. To upload a revised version of Attachment 2, 'Attachment 2 - PWSv2.pdf'. This revised version has an update in section 2.4 a. for new CLIN 1005SP added to the Price Schedule. *** 10JAN2025 - This update is being published for the below three reasons: 1. To answer six bidder questions. Q1: The 12 month order history shows very large volumes of supplies being purchased which is not represented in the new volumes. Are supplies now being purchased under a separate contract and this will be used as a backup? A1: No. This is the only contract being used for supplies. Q2: There was a very large volume of alkaline batteries shipped last year, well above the new 30-month anticipated volume. Was there an event that caused the higher volume? A: No event is known. A 30-month ordering history (not 12-month) from the current contract was used for the estimated quantities on this new contract. Q3: Volume I � In addition to the Minimum Content requested in Attachment 7, Page 2 (items a-h), do you also want information on our approach to performing the project work? A3: No additional information is wanted. Only the information requested will be evaluated. Q4: Volume III � Small Business Participation Plan � Is the 5% participation goal for Small Disadvantaged Businesses a required subcontracting obligation or an aspirational target the awarded contractor is expected to make a good faith effort to achieve? A4: It is a goal; it is not a required subcontracting obligation. Q5: Do you want us to provide fully burdened unit rates for all line items to include overhead, profit margin, fuel and insurance costs, etc. (everything EXCEPT taxes)? A5: Yes, we need the fully burdened price. This will be a firm-fixed-priced contract, so the only prices paid to the contractor will be the prices on the price schedule. Q6: Can you also provide the solicitation/contract number that this service was provided under? A6: SP450020R0003 and SP450020D0011. 2. To announce the intent to upload another version of the price schedule. Sadly, a few more typos need to be corrrected. Please be looking for that to be posted early next week. In addition, more answers to questions received will be posted with that update. 3. To extend the solicitation deadline to 1500EST on Friday, 31JAN2025. This does not extend the cut-off date for the receipt of offeror questions, which was fourteen days prior to the original proposal due date, which was 06JAN2025. Any new questions received may not receive an answer. *** 03JAN2025 - This update is being published for the below two reasons: 1. To answer the following bidder question: Who is the incumbent contractor? ANSWER: Industrial Waste Utilization, Inc., Montclair, CA 91763. 2. To upload another corrected version of Attachment 1, 'Attachment 1 - Price ScheduleV3.xlsx'. 'Attachment 1 - Price ScheduleV2.xlsx' has been removed to reduce the potential for confusion. Offerors must complete V3 and submit it with their Volume I. For your awareness, cells that have changes since the original are highlighted in yellow. CLINs 1095-97SV were on the original price schedule twice, so their duplicates have been removed in V3. Additionally, CLIN 1901SA has been removed and replaced with CLIN 1905SA. *** 02JAN2025 - This update is being published for the below two reasons: 1. To upload a 12-month ordering history report, 'Ordering History 25R04.xlsx'. This spreadsheet has two tabs - one for waste and one for services. 2. To upload a corrected version of Attachment 1, 'Attachment 1 - Price ScheduleV2.xlsx'. ***NOW REMOVED, SEE ABOVE.*** There were two typos in the original that have been corrected as follows: cell C246 was changed from NR96C5 to NR12C5 and cell C151 was changed from FL07C34 to FL07C4. *** SPECIAL NOTE: There is only one pdf document attached to this opportunity. SP450025R0004.pdf has nine additional attachments embedded within that one document. If you are using a web browser, Mozilla Firefox may show the attachments within the web browser, Chrome may not show the attachments within the web browser. If you are using an Adobe App, you may need to look for the paperclip looking icon to view the attachments. *** Combined Synopsis/Solicitation SP450025R0004 has been prepared in accordance with the procedures in FAR 12.603. The scope of work requires services to remove, transport, recycle, and dispose of hazardous waste located in and around San Diego, California. 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 SP450025R0004 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 procurement; the associated NAICS code is 562211; the small business size standard is $47M. (v) See Attachment 1 for the Price Schedule. (vi) See Attachment 2 for the Performance Work Statement (PWS) and a description of the requirement. (vii) The contract is anticipated to have a 30-month base period from March 2025 to September 2027 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 Attachment 7 for addenda to the provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See Attachment 7 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 Attachment 7 for 52.212-5 clauses applicable to this acquisition. (xiii) See Attachment 7 for additional clauses, contract terms and conditions. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Proposals are due by 1830 EST on January 20, 2025. Proposals shall be emailed to andrea.tichenor@dla.mil and hazardouscontractswest@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Andrea Tichenor at andrea.tichenor@dla.mil. The cut-off date for the receipt of offeror questions is 06JAN2025. Questions received after that time may not receive an answer. *SP450025R0004 ATTACHMENTS: ATTACHMENT 1 - Price Schedule ATTACHMENT 2 - Performance Work Statement (PWS) ATTACHMENT 3 - Pickup Locations ATTACHMENT 4 - KTR Work Surveillance Checklist Placement or Removal Empty ROB or Vac Box ATTACHMENT 5 - KTR Work Surveillance Checklist ICS ATTACHMENT 6 - DLA Form 2505 ATTACHMENT 7 - Addenda to FAR 52.212-1 & 52.212-2, Additional Contract Terms & Conditions ATTACHMENT 8 - Past Performance Information (PPI) Questionnaire ATTACHMENT 9 - Provision Fill-ins OTHER DOCUMENT CONTAINED WITHIN THE CONTRACT: Department of Labor Wage Determination (1996-0223) Revision 63, dated 07/22/2024, https://sam.gov/wage-determination/1996-0223/63.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/44b721dbc64a49d884c743aa160625db/view)
- Place of Performance
- Address: San Diego, CA 92132, USA
- Zip Code: 92132
- Country: USA
- Zip Code: 92132
- Record
- SN07327853-F 20250201/250130230108 (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 |