Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SOLICITATION NOTICE

S -- Sierra-Bridgeport Hazardous Waste Removal and Disposal

Notice Date
3/24/2025 11:15:09 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
SP450025R0002
 
Response Due
3/31/2025 9:00:00 AM
 
Archive Date
04/15/2025
 
Point of Contact
James Mayotte, Phone: 2699614450, Erik Rundquist, Phone: 2699614891
 
E-Mail Address
james.mayotte@dla.mil, erik.rundquist@dla.mil
(james.mayotte@dla.mil, erik.rundquist@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 3 Per the DPCAP Memorandum, Class Deviation 2025-O0003, EO 14173 - CD2025-O0003 - Restoring Merit-Based Opportunity in Federal Contracts, Attachment 5 Terms and conditions is updated. The solicitation closing date is extended to 3/31/2025 at 12:00pm EST. Amendment 2 Solicitation closing extended until 3/24/2025 at 12:00p.m. Eastern Standard Time. All other terms and conditions remain unchanged. End of Amendment 2. Purpose of the amendment is to post Answers to questions per the below: SP450025R0002 - Sierra ***AMENDMENT 1*** 1. Answers to submitted Questions Question 1 - I would like to know whether 100% subcontracting is allowed or not in the solicitation SP450025R0002- Sierra-Bridgeport Hazardous Waste Removal and Disposal. Answer - No, this contract is subject to: 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) The clause deviations can be accessed at: https://www.acq.osd.mil/dpap/dars/class_deviations.html Question 2 - We would self-perform the transportation but are not on the approved list. Does this disqualify us? Will we not be able to self-perform the trans? Answer � A contractor will have to be on the QTL/QFL to use your own transportation/facilities or use must use transporters/facilities that are in the QTL/QFL. For general offeror FAQs info please visit https://www.dla.mil/Disposition-Services/Offers/Hazardous-Waste-Disposal/ Question 3 - What is the annual value of this contract? Answer - We are not able to provide the estimated contract value for this acquisition as that would be disclosing our Independent Government Estimate. However, we have provided a 12-month historical information on quantities ordered and estimated quantities on the Price Schedule for the requirement. See Attachment 2 � PS Sierra and Attachment 11 � 12 Month History Question 4 - I just wanted to inquire if it is possible to provide us with Safety Data Sheets for each location? Answer - DLA doesn�t provide waste material profile information for solicitations. Please refer to waste description on price schedule (PS) and noun description on 12 Month Usage Report. 2. Extend the Solicitation response due date for two days from Monday March 10, 2025, at 3:00PM EST, to Wednesday, March 12, 2025, at 3:00 PM EST. 3. All other terms and conditions remain unchanged. 4. Positive acknowledgement of receipt of this amendment by completion of block 15 and returning along with your submission package to James.Mayotte@dla.mil is due by 3:00 p.m. EST on March 12, 2025. Combined Synopsis/Solicitation SP450025R0002 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 Sierra-Bridgeport 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 SP450025R0002 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 2025-03, effective January 17, 2025. (iv) This acquisition is being issued as Total Small Business Set-Aside 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 March 10, 2025. Proposals shall be emailed to james.mayotte@dla.mil and hazardouscontractswest@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to James Mayotte at james.mayotte@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. ***ATTACHMENT LIST*** Attachment 1 � PWS Attachment 2 � PS Sierra.xlsx Attachment 3 - Pickup and Service Listing Attachment 4 � Provisions and Clauses Attachment 5 - Addenda to 52.212-1 Instructions to Offerors Attachment 6 � Addenda to 52.212-2 Evaluation Attachment 7 � PPI Questionnaire Attachment 8 � CAC Application.docx Attachment 9 � KTR Work Surveillance Checklist Attachment 10 - Wage Determination Attachment 11 12-month order history Attachment 12 Fac profile Sht Attachment 13 Trans profile Sht Attachment 14 DLA Form 2505 Attachment 15 � Provision Fill-ins
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/192fa829fc014c56bc7ff7a03a7fba3f/view)
 
Place of Performance
Address: Bridgeport, CA, USA
Country: USA
 
Record
SN07382898-F 20250326/250324230041 (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.