Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

F -- Oily Waste Offload

Notice Date
9/12/2025 2:38:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
12104QR250000060
 
Response Due
9/16/2025 10:00:00 AM
 
Archive Date
10/01/2025
 
Point of Contact
Patricia Fremming
 
E-Mail Address
Patricia.M.Fremming@uscg.mil
(Patricia.M.Fremming@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**MOD2- Modification to Solicitation to extend the solicitation closing date. Multiple small business concerns requested additional time to prepare and submit proposals. The Government has considered these requests and determined that an extension is in the best interest of the acquisition. Accordingly, the solicitation closing date is hereby extended from 15 September 2025 at 10:00AM Eastern Standard Time to 16 September 2025 at 1:00 PM Eastern Standard Time. All other terms and conditions remain unchanged. ** **MOD 1-Modification to Solicitation to attach relevant Q&A received in response to 12104QR250000060 from interested offeror(s). Please see below: Submitted Questions and Answers from Interested Offeror(s) Q1. The SOW indicates there is approximately 3,000 gallons of Oily Waste. Is this referring to Bilge/Oily Water, sludge, or another substance? A1. All the above. Out tanks contain a mix of dirty engine oil, bilge water/sludge, diesel fuel. Q2. Do any of the containers contain any solids, such as waste oil? A2. Same as above. Q3. Is there an incumbent? A3. I will be the POC for technical matters. Q4. Do you have an EPA ID number? If so, could you please provide it with your generator status? A4. We do not have an EPA ID number. Q5. Can you please provide a few pictures of the site and containers? A5. There are no containers. Tanks are within ship with piping to a cam-lock deck connection. Off load is conducting by a vacuum truck connecting to our deck connection. We will draw suction from the tanks with an installed pump in tandem with vacuum from truck. End of Modification to Solicitation message. All other terms and requirements remain the same.** This is a combined synopsis/solicitation Nr 12104QR250000060 for commercial services prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 562112. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING: A. REQUIREMENT: 1. The contractor shall provide the following: Oily Waste Offload services IAW Statement of Work attached 2. DELIVERY LOCATION: USCGC Active (WMEC-618) 1 Ediz Hook Road Port Angeles, WA 98362 3. DELIVERY DATE: Primary Date: 19 September 2025 Alternate Date: 23 September 2025 B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Firm Fixed Price Proposals shall be detailed and include information from the SOW demonstrating an understanding of all the requirements in the SOW. Proposals must be submitted on company letterhead stationery and must include the following information (1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code. Quotes must be received no later than 16 September 2025 at 1:00 P.M Eastern Standard Time. Email quotes are acceptable and should be sent to SKC Patricia Fremming at email address � PATRICIA.M.FREMMING@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC PATRICIA.M.FREMMING via email PATRICIA.M.FREMMING@uscg.mil and telephone 757-628-4136. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/; A Unique Entity Identifier is the primary identifier in FAR 52.204-7 - System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number and SAM registration can be obtained via www.sam.gov. Please see attachment for FAR Clauses and Provisions as indicated by the Contracting Officer as applicable shall apply to this awarded contract. Incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/60ffb74e06a0497fb66176dcc9a7edd3/view)
 
Place of Performance
Address: Port Angeles, WA 98362, USA
Zip Code: 98362
Country: USA
 
Record
SN07588695-F 20250914/250912230041 (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.