SOLICITATION NOTICE
S -- Riley / Minot / Ellsworth Hazardous Waste and Disposal
- Notice Date
- 3/19/2025 7:32:38 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
- 4/4/2025 12:00:00 PM
- Archive Date
- 04/19/2025
- Point of Contact
- Erik Rundquist, Phone: 2699614891
- E-Mail Address
-
erik.rundquist@dla.mil
(erik.rundquist@dla.mil)
- Description
- Amendment 3: Amendment to extend due date for offers to April 4, 2025 at 3:00 PM EST. Amendment 2: See Performance Work Statement (PWS) v14Mar25 for the following changes: Section 1.2.11 � Para. (a) Changed from 15 to 20 business days. Para. (e) added the words or CLIN 6387ST. Section 1.3.1 � Para. (a) Changed from three (3) to five (5) business days. Section 3.31 of the PWS, para. (h) is changed as follows: Generators requiring removals outside of the established milk run schedules will be required to order Transportation Surcharge CLIN 6387ST. See Section 7.0 for the standard time for removal of containerized waste outside of scheduled milk runs. TOs using CLIN 6387ST will not be subject to the TO minimum under this contract. LQGs that require multipool removals within a quarter whose task order equals or exceeds 5x the awarded task order minimum will be exempt from the requirement to use CLIN 6387ST. Section 3.32 of the PWS table shows Section 3.32 as used ICBM Lead Acid Batteries, Minot AFB. The main body of the PWS shows Section 3.34 as used ICBM Lead Acid Batteries, Minot AFB. We re-named Section 3.34 in the main body of the PWS to Section 3.32 to match the table of contents. We also provided additional information in paragraphs b and c of Section 3.32. Section 7.0 para. (e) Removal of containerized waste outside of scheduled milk run (Section 7.0) from the 15-business day requirement line, adding it to the 20-business day requirement line. See Pickup and Service listing (Attachment 3) dated v13Mar25 for the following changes: Added locations for the States of North and South Dakota Removed numerous columns of data that was for Gov�t use only. NOTE: Pick up and Service locations missing data will be available to the awarded party shortly after the contract award. Department of Defense Activity Address Code (DoDAAC). DoDAAC�s that were provided with the turn-in report and within the excel pickup and service listing document have been removed and are not required to perform under this contract. These DoDAACs are for internal Gov�t operations only. Amendment issued to update PWS and pick up schedule excel spreadsheet: See Performance Work Statement (PWS) v13Mar25 for the following changes: Section 1.2.11 � Para. (a) Changed from 15 to 20 business days. Section 1.3.1 � Para. (a) Changed from three (3) to five (5) business days. Section 3.2 of the PWS table of contents shows Section 3.32 as used ICBM Lead Acid Batteries, Minot AFB. The main body of the PWS shows Section 3.34 as used ICBM Lead Acid Batteries, Minot AFB. We re-named Section 3.34 in the main body of the PWS to Section 3.32 to match the PWSs table of contents. Section 3.31 of the PWS, para. (h) is changed as follows: Generators requiring removals outside of the established milk run schedules will be required to order Transportation Surcharge CLIN 6387ST. See Section 7.0 for the standard time for removal of containerized waste outside of scheduled milk runs. TOs using CLIN 6387ST will not be subject to the TO minimum under this contract. LQGs that require multipool removals within a quarter whose task order equals or exceeds 5x the awarded task order minimum will be exempt from the requirement to use CLIN 6387ST. Section 7.0 para. (e) Removal of containerized waste outside of scheduled milk run (Section 7.0) from the 15-business day requirement line, adding it to the 20-business day requirement line. See Pickup and Service listing dated v13Mar25 for the following changes: Added locations for the States of North and South Dakota Removed numerous columns of data that was for Gov�t use only. NOTE: Lines missing data will be available to the awarded party shortly after the contract award. Department of Defense Activity Address Code (DoDAAC). DoDAAC�s that were provided with the turn-in report and within the excel pickup and service listing document have been removed and are not required to perform under this contract. These DoDAACs are for internal Gov�t operations only. 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/ac14316361aa47c1851d23444b687050/view)
- Place of Performance
- Address: Fort Riley, KS 66442, USA
- Zip Code: 66442
- Country: USA
- Zip Code: 66442
- Record
- SN07377444-F 20250321/250319230047 (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 |