Search Contract Opportunities

Fort Riley Scrap (Non-hazardous) Removal and Disposal

ID: SP4510-24-Q-1034 • 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:
Loading

Description

Posted: Aug. 11, 2024, 9:35 p.m. EDT

Amendment 1

Amendment 1 serves the purpose to answer the below questions:

1) Do you know how many times the 40 yd roll offs will need to be dumped over the 12 month timeframe?

An estimate of 90 loads is the corrected estimate and Attachment 2 Price Schedule has been updated to reflect this change.

2) Bidding requirements: Are you looking for a bid on each dumpster delivery and pickup/dump or a total bid?

Pricing should be for the unit price and then total amount multiplied by the estimated amount of 90 loads.

***The amendment also extends the closing date until 8/19/2024.***

All other terms and conditions remain unchanged.

_____End Amendment_____

This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP4510-24-Q-1034 and being issued as a Request for Quotation (RFQ).

This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2024-02.

The NAICS code is 562111 with a size standard of $47,000,000, Set-Aside 100% for Small Business, and the requirement will result in one (1) 12-month base period of performance, plus four (4) 12-month option year periods of performance for a Firm Fixed Price contract. The total contract length shall not exceed five (5) years.

Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.

To accomplish this mission, DLA Disposition Services is seeking to have Scrap Material Removal and Disposal Services in accordance with the attached Performance Work Statement (Attachment 1) at DLA Disposition Services in Fort Riley, Kansas.

This requirement is a Firm Fixed Priced contract and must be Fixed Price for the entirety of services quoted. Site location is listed in the Performance Work Statement.

Offers are due at 3:00 PM Eastern Time (United States), on 13 August 2024. Email quotes to Michael.Mamaty@dla.mil. Questions must be submitted in writing via email to Michael.Mamaty@dla.mil. Questions will not be answered via telephone.

INSTRUCTIONS TO OFFERORS:

Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm Est. one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration.

Offerors shall provide the applicable CAGE code and UEI number with their price submission. The information located in FAR 52.212-3 ALT 1 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.

Site Visits are not being supported for this action in advance of the response deadline.

EVALUATION:

FAR 52.212-01:

Quote SUBMISSION (FORMAT AND CONTENT): The following describes the information that must be furnished as part of the quote and the format which must be presented. Quotes which do not provide the required information in the prescribed format at the time of initial submittal may be excluded from further consideration. Offers are strongly encouraged to read Provision FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS .

FORMAT: The offeror shall submit documentation (one original electronic form, standard Microsoft based Word and / or Excel, and or .PDF files) in response to this solicitation subject to the requirements in this provision.

QUOTE SUBMISSION: The following describes the information which must be furnished as part of the quote and the format in which it must be presented. Quotes which do not provide the required information in the prescribed format shall be excluded from further consideration. Offerors shall return a filled-out Price Schedule (Attachment 2) as their official quote offering. A quote received without filling in all parts of the attachment will not be considered for an award. All quotes shall be valid for 90 calendar days.

FORMAT: Quote submissions will consist of one original if submitted by facsimile or electronically; an original and two copies if submitted by mail. If multiple electronic files are submitted, each electronic file shall identify it as part of Volume 1 or 2. Any information submitted in an electronic file that does not include volume identification in its name or upon opening, shall not be considered in any evaluation being performed under FAR 52.212-2.

1) The price schedule is attached and responding firms are required to complete and return the price schedule for the line item.

2) Technical submittal. All offerors shall submit details of their ability to perform this requirement, up to and including equipment, personnel, and personnel ability to gain access to the requesting location. All prices will be evaluated for quoted price and technical acceptability of performance. The detailed specifications shall be complete to verify that all characteristics are met in accordance with requirements in the PWS (Performance Work Statement).

3) Offerors shall provide the applicable CAGE code and Unique entity identifier number with their bid submission.

The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.

The following provisions and clauses are applicable to this solicitation:

The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions.

Offers should include a complete copy of the provision at 52.212-3 ALT 1, Offeror Representations and Certifications --

Commercial Items, with its offer. See applicable clauses.

The clause 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services.

The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.

The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement.

52.216-18 Ordering AUG 2020

Ordering (Aug 2020)

Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued within 12 months after award.

All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

A delivery order or task order is considered "issued" when

If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail;

If sent by fax, the Government transmits the order to the Contractor's fax number; or

If sent electronically, the Government either

Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or

Distributes the delivery order or task order via email to the Contractor's email address.

Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract.

(End of clause)

52.216-19 Order Limitations OCT 1995

Order Limitations (Oct 1995)

Minimum order. When the Government requires supplies or services covered by this contract in an amount of__$1,000.00_____ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

Maximum order. The Contractor is not obligated to honor-

Any order for a single item in excess of _N/A____________;

Any order for a combination of items in excess of __125%____________ ; or

A series of orders from the same ordering office within _N/A____________ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __3_calendar__ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-22 Indefinite Quantity OCT 1995

Indefinite Quantity (Oct 1995)

This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 12 months after award.

(End of clause)

52.217-5 Evaluation of Options.

Evaluation of Options (July 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The total evaluated price will be for the base period and any option periods. Evaluation of options will not obligate the Government to exercise the option(s). The government may determine that an offer is unacceptable if the option prices are significantly unbalanced.

(End of provision)

52.217-9 Option to Extend the Term of the Contract.

Option to Extend the Term of the Contract (Mar 2000)

The Government may extend the term of this contract by written notice to the Contractor within _1 calendar days____]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __5 calendar_ days before the contract expires. The preliminary notice does not commit the Government to an extension.

If the Government exercises this option, the extended contract shall be considered to include this option clause.

The total duration of this contract, including the exercise of any options under this clause, shall not exceed __5 years_________.

End of clause

52.232-19 Availability of Funds for the Next Fiscal Year

Availability of Funds for the Next Fiscal Year (Apr 1984)

Funds are not presently available for performance under this contract beyond _30_September 2024_. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond __30_September 2024__, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.

End of clause

52.202-1 Definitions (JUN 2020)

52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020)

52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007

52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020

52.204-7 System for Award Management OCT 2018

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-13 System for Award Management Maintenance OCT 2018

52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts OCT 2016

52.204-16 Commercial and Government Entity Code Reporting AUG 2020

52.204-17 Ownership or Control of Offeror AUG 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-19 Incorporation by Reference of Representations and Certifications: (DEC 2014)

52.204-20 Predecessor of Offeror AUG 2020

52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021

52.204-22 Alternative Line Item Proposal JAN 2017

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020

52.209-5 Certification Regarding Responsibility Matters (AUG 2020)

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony Conviction under any Federal Law FEB 2016

52.216-1 Type of Contract APR 1984

52.216-19 Order Limitations OCT 1995

52.219-6 Notice of Total Small Business Set-Aside NOV 2020

52.219-14 Limitations on Subcontracting Oct 2022

52.203-3 Gratuities APR 1984

52.219-8 Utilization of Small Business Concerns SEP 2023

52.219-28 Post-Award Small Business Program Representation SEP 2023

52.222-3 Convict Labor JUNE 2003

52.222-21 Prohibition of Segregated Facilities APR 2015

52.222-22 Previous Contracts and Compliance Reports FEB 1999

52.222-25 Affirmative Action Compliance APR 1984

52.222-26 Equal Opportunity SEP 2016

52.222-35 Equal Opportunity for Veterans JUN 2020

52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020

52.222-37 Employment Reports on Veterans JUN 2020

52.222-41 Service Contract Labor Standards AUG 2018

52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014

52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) AUG 2018

52.222-50 Combating Trafficking in Persons NOV 2021

52.222-54 Employment Eligibility Verification MAY 2022

52.222-55 Minimum Wages Under Executive Order 13658 JAN 2022

52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020

52.224-3 Privacy Training JAN 2017

52.225-1 Buy American Act Supplies OCT 2022

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications JUN 2020

52.232-33 Payment by Electronic Funds Transfer System for Award Management OCT 2018

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023

52.233-1 Disputes MAY 2014

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984

52.245-1 Government Property SEP 2021

52.245-9 Use and Charges APR 2012

252.201-7000 Contracting Officer's Representative DEC 1991

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022

252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022

252.204-7003 Control of Government Personnel Work Product APR 1992

252.204-7004 DoD Antiterrorism Awareness Training for Contractors JAN 2023

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023

252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. NOV 2023

252.204-7020 NIST SP 800-171 DoD Assessment Requirements. NOV 2023

252.204-7022 Expediting Contract Closeout MAY 2021

252.211-7007 Reporting of Government-Furnished Property MAR 2022

252.225-7048 Export-Controlled Items JUNE 2013

252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023

252.232-7010 Levies on Contract Payments DEC 2006

252.244-7000 Subcontracts for Commercial Items or Commercial Services NOV 2023

252.246-7003 Notification of Potential Safety Issues JAN 2023

52.252-6 Authorized Deviations in Clauses NOV 2020

252.211-7003 Item Unique Identification and Valuation JAN 2023

252.223-7008 Prohibition of Hexavalent Chromium JAN 2023

252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023

5452.233-9001 Disputes Agreement to Use Alternative Dispute Resolution (ADR) (JUN 2020)

C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2020)

L09 Reverse Auction (OCT 2016)

Posted: Aug. 6, 2024, 1:20 p.m. EDT
Background
The Defense Logistics Agency (DLA) Disposition Services is responsible for the disposal of Department of Defense (DoD) excess and surplus property. This includes reutilization, transfer to federal agencies, donation, sale to the public, or disposal through abandonment or destruction.

The DLA Disposition Services Headquarters is located in Battle Creek, Michigan. The agency is seeking Scrap Material Removal and Disposal Services at Fort Riley, Kansas, to support its mission.

Work Details
The contractor shall provide and maintain two 40 cubic yard uncovered roll-off containers at DLA DS Riley for the removal and compliant disposal of unserviceable scrap materials including wood, textiles, broken furniture, pallets, plastic containers, and plastic chairs.

The contractor must ensure that the containers are delivered within two business days of contract award and are free from waste residue upon delivery. The contractor will also be responsible for removing full containers within two business days of request and replacing them with empty ones. All operations must comply with applicable federal, local, and host installation laws and safety regulations.

The contractor must coordinate with the Contracting Officer's Representative (COR) for access to the site and must provide documentation such as weight tickets for refuse removed. Additionally, the contractor is responsible for any spills or leaks during performance and must report them immediately to the COR.

Place of Performance
Fort Riley, Kansas

Overview

Response Deadline
Aug. 19, 2024, 3:00 p.m. EDT (original: Aug. 13, 2024, 3:00 p.m. EDT) Past Due
Posted
Aug. 6, 2024, 1:20 p.m. EDT (updated: Aug. 11, 2024, 9:35 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
KS 66442 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
57% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 8/6/24 DLA Disposition Services issued Synopsis Solicitation SP4510-24-Q-1034 for Fort Riley Scrap (Non-hazardous) Removal and Disposal due 8/19/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562111 (SBA Size Standard $47 Million) and PSC P100.
Primary Contact
Name
Michael Mamaty   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation SP4510-24-Q-1034

Opportunity Assistant

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SP4510-24-Q-1034

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation SP4510-24-Q-1034

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SP4510-24-Q-1034

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SP4510-24-Q-1034

Experts for Fort Riley Scrap (Non-hazardous) Removal and Disposal

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA DISPOSITION SERVICES > DLA DISPOSITION SERVICES - EBS
FPDS Organization Code
97AS-SP4510
Source Organization Code
500045726
Last Updated
Sept. 3, 2024
Last Updated By
michael.mamaty@dla.mil
Archive Date
Sept. 3, 2024