Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOLICITATION NOTICE

S -- Riley / Minot / Ellsworth Hazardous Waste and Disposal

Notice Date
3/6/2025 6:54:56 AM
 
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
SP450025R0011
 
Response Due
3/28/2025 12:00:00 PM
 
Archive Date
04/12/2025
 
Point of Contact
Erik Rundquist, Phone: 2699614891
 
E-Mail Address
erik.rundquist@dla.mil
(erik.rundquist@dla.mil)
 
Description
Combined Synopsis/Solicitation SP450025R0011 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 Ft Riley, Kanas, Ellsworth AFB, South Dakota, Minot AFB, North Dakota 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 SP450025R0011 issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective January 17, 2025. (iv) This acquisition is being issued as Full and Open under the associated NAICS code 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 May 2025 to November 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 April 4, 2025. Proposals shall be emailed to erik.rundquist@dla.mil and Hazardouscontracts@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Erik Rundquist at erik.rundquist@dla.mil. The cut-off date for the receipt of offeror questions is 12:00p.m. Eastern Standard Time, fourteen (14) calendar days after solicitation issuance. Questions received after that time may not receive an answer. ATTACHMENTS: Attachment 1 � Performance Work Statement Attachment 2 � Price Schedule Attachment 3 � Pick-up Locations Attachment 4 � Evaluation FAR 52.212-1 and FAR 52.212-2 Instruction to Offerors Attachment 5 � Contract Terms and Conditions Attachment 6 � Past Performance Questionnaire Attachment 7 � CAC Application Process Attachment 8 � DLA Form 2505 Attachment 9 � Provisions Fill-in
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f6d2c87131345b2809120fbfd0e89f0/view)
 
Place of Performance
Address: Fort Riley, KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN07363249-F 20250308/250307152912 (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.