SOLICITATION NOTICE
S -- Puerto Rico Hazardous Waste Disposal Contract
- Notice Date
- 4/8/2025 8:14:34 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
- SP450025R0003
- Response Due
- 5/5/2025 12:00:00 PM
- Archive Date
- 06/04/2025
- Point of Contact
- Stephen Ngotho, Phone: 2699615465, Scott Marko, Phone: 2699615761
- E-Mail Address
-
stephen.ngotho@dla.mil, Scott.Marko@dla.mil
(stephen.ngotho@dla.mil, Scott.Marko@dla.mil)
- Description
- Amendment P00001 Questions and Answers Questions and Answers for Solicitation SP450025R0003-Puerto Rico Hazardous Waste Disposal Contract: 1. 0.0 Performance Work Statement (PWS) L., states that the Minimum TO charges under this contract will be $5,000.00. This amount is unreasonably low considering the cost of travel and coordination of equipment and supplies. Travel expenses alone would reach or exceed this amount. Ocean and US land transportation for one Conex Box shipment is double that cost alone. How can one cover the cost for such small volumes of waste? Without form of minimum value for removals, (IE. Aggerate TO Value of >$50.000.00. per scheduled removal). If not, the amount of Minimum TO charges should be increased significantly. Requirements: we cannot increase the minimum amount of$5000.00. This is a Task Order minimum and anything over $5,000.00 is okay. Please be advised that Clause 52.216-19 applies in its entirety and is attachment 5 � R1 CLINs 1031RE-1032RE-1200RE - for Rental of 30 yd ROB and Placement of ROB or Vac Box. Please verify the estimated quantity as it appears that the 30 each in 1200RE Base Period (30) may be a typo. Considering the uniqueness of this request, a few concerns arise. Given that historically �all� waste generated in Puerto Rico is shipped to the US via Ocean Freight. Unless specifically listed, by annotation of each CLIN to be used (along with waste stream specifics), how can a Qualified Transporter or Qualified Facility be selected? Likely, this waste would have to remain on the island given the limited options of local Non-Regulated or RCRA permitted facilities would be a concern. The current bid schedule does not have CLINs that support the need or use of a roll-off or vac box. Please clarify the request for these services. Requirements: agree with CLIN 1200RE Base estimated quantity is a typo, it should be 3 EA. Currently the Generators are renting rolloffs (ROBs) locally and would like to use the upcoming contract to rent them instead. The Generators are not required to tell the Contractor what waste they plan to use the ROBs for. The Contractor can ask for a Hazardous Waste profile of the waste being removed via the COR after receiving the T/O. 2. There are 2 CLINs (NR03B5-NR05B5) listed at 3000 gallons estimated quantity. Again, given that all waste is shipped to the US, the likelihood of using a tanker for bulk removal is nil. Why wouldn�t this waste be listed as TOTES (T1-T2-T3)? Requirements: the quantities referred to are estimated, not guarantee. We can�t ask the Generators to purchase and use Totes for the contract. 3. CLIN NR79 is an incredibly unique waste stream as well, as detailed in its description. The estimated quantity is 60 each. The typical shipment quantity can be from 8 to 20. This is not enough to meet the freight cost. The issue is with this waste is it must be shipped alone. No other waste is allowed to ship within the same Conex box. Please consider placing a minimum of 40 drums or using a service CLIN specifically for shipment of this waste stream. Requirements: we created NR79 because of issues with shipping the waste stream. We can�t tell the Generator to store this waste to meet a particular minimum quantity. Typically, this is Non-EPA regulated waste, and this particular CLIN is soil collected after a spill. 4. Considering the complexities of this solicitation, the response time established is not sufficient to allow for collaborating with the many vendors needed to provide the required services. Approximately 20 business days is just not enough time to complete a bid of this nature thoroughly and efficiently. Please consider extending this time for at least a couple of weeks. Requirements: We will extend the solicitation for an additional 2 weeks. The new solicitation closing date is 05/05/2025 at 1500 EST. 5. Can the government provide an estimate for the amount of materials to be transported? Requirements: All the quantities on this solicitation are estimates 6. Are there any sub-contracting limitations for the subject opportunity? Would I be able to sub-contract to a vender who does not have an active Sam.gov account? Requirements: A contractor cannot subcontract with a vender without an active SAM.gov account. Both prime contractors and subcontractors must be registered in SAM.gov to be eligible for federal contract awards. 7. As we prepare our response, we believe it would be helpful to obtain the waste quantities from the past year, including the CLIN number and actual quantity. Could you kindly provide this information? The quantities from the past year are attached with this response. Please see Attachment 5 � R1 for clause 52.216-19 Order Limitations revision. Please see the revised Attachment 9 Addenda to 52.212-1, Under Proposal Submission Format for the Due date of 05/05/2025. This contract is referred to as the Puerto Rico Hazardous Waste Disposal Contract. Work will consist primarily of 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 or within a 50-mile radius of any pickup/service location listed on the Pickup Locations Table (Attachment 3) of the contract. The government may add new pickup/service locations situated within the region at any time during the life of the contract at no additional cost to the government. Infectious Medical Waste, Ammunition and explosives, radioactive wastes including Naturally Occurring Radioactive Material (NORM), or mixtures of such wastes with hazardous waste (HW), will not be included under this contract. The Contractor is advised that some requirements for information may be required before start of work on this contract per Sections 1.1.8, 1.2.1, 3.29 and 5.1.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/12caf8b6b43640a287ae932e53a099bd/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07400991-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 |