SOLICITATION NOTICE
S -- Corpus Christi Regional HW Removal
- Notice Date
- 4/4/2025 8:47:21 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
- SP450025R0012
- Response Due
- 4/21/2025 12:00:00 PM
- Archive Date
- 05/06/2025
- Point of Contact
- Heidi McCoy, Phone: 2699614076, Erik Rundquist, Phone: 2699614891
- E-Mail Address
-
heidi.mccoy@dla.mil, erik.rundquist@dla.mil
(heidi.mccoy@dla.mil, erik.rundquist@dla.mil)
- Description
- Modification #1 is to answer submitted questions and to edit the FAR clauses 52.212-5. 1. CLIN 636200 - Fuel Cell Management Services NASCC/CCAD � please provide more information about the rubber fuel cells � size, weight, composition, etc. a. These are rubber fuel tanks that come out of Army helicopters that are being refurbished. b. The CLIN requires the contractor to remove the metal parts of the tank which is retained by NASCC/CCAD. c. The rubber fuel tanks are stacked on a pallet and disposed by the contractor. d. Per the PWS: The sum weight of the dunnage, pallet, and palletized waste cargo will collectively comprise the weight of the waste and shall not exceed a weight of 1,600 pounds or a height of 42� (including the pallet) unless otherwise authorized by the Contractor. 2. CLIN 6502RV � Transportation of cylinders to ODS reserve, Richmond, VA � is there any special equipment required to load and transports these cylinders? Transportation of cylinders to ODS reserve, Richmond, VA � is there any special equipment required to load and transports these cylinders? Please see attached. The ODS Reserve Page is located at: https://www.dla.mil/Aviation/Offers/ODS-Reserve/ 3. CLIN RX01C7 � Cyanide � U/M is listed on the Price Schedule as EA however C7 is LB � how should this CLIN be priced? CLIN RX01C7 should be in Lbs. See new attached price schedule. 4. Replace FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items with FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (Mar 2025) (DEVIATION 2025-O0003). This update removes the following clauses from the contract, which are embedded within the FAR 52.212-5 clause IAW Class Deviation 2025-O0003: FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity Combined Synopsis/Solicitation SP450025R0012 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 Corpus Christi, TX, 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 SP450025R0012 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 Federal Acquisition Circular 2025-03, effective January 17, 2025. (iv)This acquisition is being issued as full and open competition on an unrestricted basis; the associated NAICS code 562211; the Small Business size standard is $47.0M. (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 6 June 2025 to 5 December 2027 and a30-month option period from 6 December 2027 to 5 June 2030. 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. Be advised, IAW FAR 52.212-1(g), Contract Award, The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 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 21, 2025. Proposals shall be emailed to Heidi.mccoy@dla.mil and Hazardouscontracts@dla.mil. (xvi)Offerors must submit all questions regarding this solicitation in writing via email to Heidi McCoy at Heidi.mccoy@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 � Price Schedule Attachment 2 � Performance Work Statement (PWS) Attachment 3 � Pick-up Locations Attachment 4 � PPI Questionnaire Attachment 5 � KTR Work Surveillance Checklist Placement or Removal Empty of ROB or Vac Box Attachment 6 � KTR Work Surveillance Checklist ICS Attachment 7 � Invoice DLA Form 2505 Attachment 8 � CAC Application Process Attachment 9 � DLA Form 2539 Customers Verification of Services Attachment 10 � Contract Terms and Conditions Attachment 11 � Addenda to 52.212-1 Instructions and 52-212-2 Evaluation Attachment 12 � FAR Provision Fill-ins OTHER DOCUMENT CONTAINED WITHIN THE CONTRACT: Department of Labor Wage Determination (1996-0223) Revision 65, dated 12/23/2024, https://sam.gov/wage-determination/1996-0223/65. ODS Turn in Procedures
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/80da34a2e4e646bca3e3e926a6195837/view)
- Place of Performance
- Address: Corpus Christi, TX 78419, USA
- Zip Code: 78419
- Country: USA
- Zip Code: 78419
- Record
- SN07398092-F 20250406/250404230050 (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 |