SOLICITATION NOTICE
S -- Hazardous Waste Removal Albany/Benning/Moody, GA, 8(a) Set Aside
- Notice Date
- 8/5/2025 9:48:55 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
- SP450025R0013
- Response Due
- 9/19/2025 11:00:00 AM
- Archive Date
- 10/04/2025
- Point of Contact
- ANNETTE GRAHAM, ANNETTE GRAHAM, Phone: 2699614078
- E-Mail Address
-
Annette.Graham@dla.mil, Annette.Graham@dla.mil
(Annette.Graham@dla.mil, Annette.Graham@dla.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- Combined Synopsis/Solicitation SP450025R0013 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 Albany/Moore/Moody, Georgia 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 SP450025R0013 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 2025-04, effective June 11, 2025. (iv) This acquisition is being issued as an 8(a) Set-Aside under the associated NAICS code 562211; the Small Business size standard is $47M. (v) See the attached Price Schedule (Attachment 1). (vi) See the solicitation for a description of the requirement. (vii) The contract is anticipated to have a 30-month base period starting 1 November 2025 to 30 April 2027 and a 30-month option period. See the solicitation for a list of pickup locations (Attachment 3). (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See the solicitation for addenda to this provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See the solicitation for addenda to this provision. (x) Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003), Alternate I, with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) applies 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 the date and time as posted in this solicitation in SAM. Proposals shall be emailed to Annette.Graham@dla.mil with subject line as �OFFER SP450025R0013 Albany 8(a), COMPANY NAME, CLOSING DATE� (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Annette.Graham@dla.mil as �Questions - SP450025R0013 Albany 8(a)�. The cut-off date for the receipt of questions is midnight, 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 - Ktr Checklist ROB Attachment 5 - Ktr Checklist ICS Attachment 6 - Invoice DLA Form 2505_v02Jan24 Attachment 7 - CAC Application Process _v02Jan24 Attachment 8 - Addenda 52.212-1, Instructions to Offers Attachment 9 - Addenda 52.212-2, Evaluation Attachment 10 - Past Performance Questionnaire Attachment 11 - Clauses, CONUS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/26480511ef28474d91aafee8061f0408/view)
- Place of Performance
- Address: Albany, GA, USA
- Country: USA
- Country: USA
- Record
- SN07536627-F 20250807/250805230045 (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 |