Search Contract Opportunities

25R05_San Joaquin Hazardous Waste Removal and Disposal   3

ID: SP450025R0005 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 13, 2025, 1:02 p.m. EST

Amendment 0002 is issued

1. To update Attachment 12, Usage Report of the current contract to include actual pickup DoDAAC and noun description of waste material as ordered per TO.

2. Answer submitted questions:

a. Question / Request: Please provide the waste material profile for the largest waste streams for the following CLINs:

Containerized Waste

TX07C4

TX17C4

CY01M2, CY01M1

NR01C4

NR04C4

Answer: DLA doesn't provide waste material profile information for solicitations. Please refer to waste description on price schedule (PS) and noun description on revised Usage Report.

b. Question / Request: In order to determine our costs, please provide the actual pickup location and the primary waste material profile(s) for each of the following Bulk CLINS.

Bulk Waste

FL05B5

FL06B5

NR03B5

NR04B5

NR05B5

PF03B5

RE11B5

TX11B5

TX12B5

Answer: All sites have the potential to use every CLIN on the price schedule, therefore, pickup locations with the primary waste material profiles will not be provided. Please refer to the revised Usage Report for the pickup DoDAAC on current contract.

3. Extend the Solicitation response due date for one week from Thursday, January 16, 2025, at 3:00PM EST, to Thursday, January 23, 2025, at 1:00 PM EST.

4. All other terms and conditions remain unchanged.

5. Positive acknowledgement of receipt of this amendment by completion of block 15 and returning along with your submission package to Denna.Crandall@dla.mil is due by 1:00 p.m. EST on January 23, 2025.

***END AMENDMENT 2****

  1. Amendment 0001 is issued to provide an ordering history as attachment 12. Questions and responses are below:
  2. QUESTION: Who is the current contract holder?

DLA Disposition Services Response: Information for the current contract can be found at SAM.gov.

  1. QUESTION: What is the amount of the contract? And what is the annual spend?

DLA Disposition Services Response: We are not able to provide the estimated contract value for this acquisition as that would be disclosing our Independent Government Estimate. However, we can provide historical information on quantities ordered and estimated quantities for the requirement, SP450025R0005. An Excel file Attach12 has been uploaded to provide historical ordering. Estimated quantities for the new requirement are part of the Price Schedule.

B. All other terms and conditions remain unchanged.

C. Positive acknowledgement of receipt of this amendment by completion of block 15 and returning along with your submission package to Denna.Crandall@dla.mil is due by 3:00 p.m. Eastern on January 16, 2025.

********************END AMENDMENT********************

Combined Synopsis/Solicitation SP450025R0005 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 San Joaquin 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 SP450025R0005 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 2025-01, effective November 12, 2024.

(iv) This acquisition is being issued as a full and open competition on an unrestricted basis; the associated NAICS code is 562211; the small business size standard is $47M.

(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 April 2025 to September 2027 and a 30-month option period. 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. 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 January 16, 2025. Proposals shall be emailed to Denna.Crandall@dla.mil and hazardouscontractswest@dla.mil.

(xvi) Offerors must submit all questions regarding this solicitation in writing via email to Denna Crandall at Denna.Crandall@dla.mil. The cut-off date for the receipt of offeror questions is noon EST fourteen calendar days after solicitation issuance. Questions received after that time may not receive an answer.

SP450025R0005 ATTACHMENTS and OTHER DOCUMENTS:

Attach 1_ San Joaquin Price Schedule

Attach 2_ PWS

Attach 3_Additional Contract Terms and Conditions

Attach 4_Addenda to 52.212-1 Instructions

Attach 5_Addenda to 52.212-2 Evaluation

Attach 6_ PUPs

Attach 7_ Past Performance Questionnaire

Attach 8_Department of Labor Wage Determination (1996-0223) Revision 63

Attach 9_KTR Work Surveillance Checklist ICS Work

Attach 10_KTR Work Surveillance Checklist Placement or Removal Empty ROB or Vac Box

Attach 11_Provision Fill-ins

*Attach 12_20D0012 Usage Report_REV1

Posted: Dec. 30, 2024, 9:17 a.m. EST
Posted: Dec. 16, 2024, 12:02 p.m. EST
Background
The solicitation SP450025R0005 is issued by the Defense Logistics Agency (DLA) for the removal, transportation, and disposal of various types of hazardous and non-hazardous wastes from military installations in the San Joaquin region.

The contract aims to ensure compliance with the Resource Conservation and Recovery Act (RCRA) and other relevant regulations while providing safe waste management services. The selected contractor will be responsible for handling RCRA hazardous wastes, non-RCRA wastes, state-regulated wastes, universal wastes, compressed gases, polychlorinated biphenyls (PCBs), and per- and polyfluoroalkyl substances (PFAS).

Work Details
The contractor will perform the following tasks:
1. **Pre-Removal Phase**:
- Select appropriate Contract Line Item Numbers (CLINs) based on waste type.
- Ensure all necessary permits and special requirements are met.
- Provide shipping documentation and notifications as required.
- Ensure security for conveyance vehicles or trailers.
- Comply with hours of operation specific to each installation.

2. **Removal Phase**:
- Handle spill responsibility with an acceptable Spill Contingency Plan.
- Segregate hazardous waste according to EPA compatibility standards.
- Ensure containers are DOT shippable and in good condition.
- Load waste onto conveyance vehicles using appropriate equipment.

3. **Post-Removal Phase**:
- Return shipping documentation as required.

4. **Disposal/Recycling**:
- Provide certificates of disposal or recycling as necessary for certain waste types.

5. **Management Services**:
- Rental of equipment such as roll-off boxes and vacuum boxes as needed for operations.

6. **Documentation Requirements**:
- Submit all necessary documentation to facilitate acceptance for payment.

Period of Performance
The contract is anticipated to have a base period of 30 months from April 2025 to September 2027, followed by an option period of 30 months.

Place of Performance
The work will be performed on military installations in the San Joaquin region or within a 50-mile radius of designated pickup locations.

Overview

Response Deadline
Jan. 23, 2025, 1:00 p.m. EST (original: Jan. 16, 2025, 3:00 p.m. EST) Past Due
Posted
Dec. 16, 2024, 12:02 p.m. EST (updated: Jan. 13, 2025, 1:02 p.m. EST)
Set Aside
None
Place of Performance
San Joaquin, CA United States
Source

Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 12/16/24 DLA Disposition Services issued Synopsis Solicitation SP450025R0005 for 25R05_San Joaquin Hazardous Waste Removal and Disposal due 1/23/25. The opportunity was issued full & open with NAICS 5622 and PSC S222.
Primary Contact
Name
Denna Crandall   Profile
Phone
(269) 961-5540

Secondary Contact

Name
Kayla DesVoignes   Profile
Phone
(269) 961-5543

Documents

Posted documents for Synopsis Solicitation SP450025R0005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SP450025R0005

Award Notifications

Agency published notification of awards for Synopsis Solicitation SP450025R0005

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SP450025R0005

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation SP450025R0005

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SP450025R0005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SP450025R0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA DISPOSITION SERVICES > DLA DISPOSTION SERVICE - EBS
FPDS Organization Code
97AS-SP4500
Source Organization Code
500045727
Last Updated
Feb. 7, 2025
Last Updated By
denna.crandall@dla.mil
Archive Date
Feb. 7, 2025