Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOLICITATION NOTICE

S -- Corpus Christi Regional HW Removal

Notice Date
4/8/2025 11:14:07 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 #2 is to answer additional submitted questions. The price schedule has been updated. 1: TX06B6 has an Est. Qty of 3,474 CD. This is a lot of volume and will be heavily weighted on the evaluated total. Can you please verify the unit of measurement for the est. qty, Is this supposed to be in LB or CD? TX06B6 should be in CD. The estimated quantity of 3,434 CD is correct based on 5,353 CD�s turned-in over 48 months. 2: RX01 Has a description of �Cyanide, >50% Debris, >590/Kg Total CN.� However, other solicitations of similar size and scope have a different CLIN description as, �Aerosols, Foaming, Isocyanates or other reactives.� Can you please confirm which description is the correct description under this solicitation? The correct CLIN Description for RX01: Aerosols, Foaming, Isocyanates or other reactives. Physical State: Various. Permissible Waste Codes: Universal Waste, D001-43, Listed. 3: RX06 has a description of �Cyanide Liquids, Solids, 10% Total CN.� However, other solicitations of similar size and scope have a different CLIN description as, �Reactive Oxidizers, e.g., Nitrates, Nitrites, Persulfates, Inorganic Peroxides, No Organic Peroxides.� Can you please confirm which description is the correct description under this solicitation? The correct CLIN Description for RX06: Reactive Oxidizers, e.g., Nitrates, Nitrites, Persulfates, Inorganic Peroxides, No Organic Peroxides. Special Generator packaging may be required. Physical State: Various. Permissible Waste Codes: D001-43, Listed. 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/553cbd68da5e4d6582d243f3f83367bd/view)
 
Place of Performance
Address: Corpus Christi, TX 78419, USA
Zip Code: 78419
Country: USA
 
Record
SN07400979-F 20250410/250408230050 (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.