Search Contract Opportunities

Robins Hazardous Waste Removal and Disposal   4

ID: SP450023R0004 • Type: 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: Dec. 8, 2022, 3:40 p.m. EST

DUE DATE EXTENDED, SEE CHANGES BELOW AND IN THE ATTACHEMENTS: SF30 Amendment 0001_8DEC22.pdf and Combo Notice_8 Dec 2022.pdf.

Combined Synopsis/Solicitation SP450023R0004 has been prepared in accordance with the procedures in FAR 12.603. Work will consist of the removal, transportation, and disposal of RCRA hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, and Polychlorinated Biphenyls (PCBs) located on or around military installations or within a 50-mile radius of any pickup point listed on this contract in the state of Georgia. 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 SP450022R23R0004 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 2022-08, effective 23 September 2022.
(iv) This acquisition is being issued as full and open after exclusion of sources, 100% small business set-aside; the associated NAICS code is 562211; the small business size standard is $41.5M.
(v) See attachment 1 for the Price Schedule.
(vi) See attachment 2 for the Performance Work Statement PWS description of the requirement.
(vii) The contract is anticipated to have a 30-month base period from February 2023 to August 2025 and a 30-month option period. See the solicitation for a list of pickup locations (attachment 3).
(viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Be advised IAW FAR 52.212-1(g), the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
See Attachment 8 for addenda to the provision and Attachment 9 for the Past Performance Questionnaire.
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See Attachment 10 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. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:
(A) Small business;
(B) Service-disabled veteran-owned small business;
(C) Women-owned small business (WOSB) under the WOSB Program;
(D) Economically disadvantaged women-owned small business under the WOSB Program; or
(E) Historically underutilized business zone small business.
(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. See Attachment 7 for 52.212-5 clauses applicable to this acquisition.
(xiii) Also see Attachment 7 for additional contract terms and conditions.
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable.
(xv) Proposals are due by 3:00pm EST on December 15, 2022. Proposals shall be emailed to Annette.Graham@dla.mil and HazardousContractsEast@dla.mil.
(xvi) Offerors must submit all questions regarding this solicitation in writing via email to Annette.Graham@dla.mil . The cut-off date for the receipt of offeror questions is close of business fourteen calendar days after solicitation issuance. Questions received after that time may not receive an answer.
SP450023R0004 ATTACHMENTS and OTHER DOCUMENTS:
Attachment 1 Price Schedule/Facility CLIN Assignment Sheet
Attachment 2 Performance Work Statement (PWS)/Description of the Requirement
Attachment 3 RobinsPick-Up Points (PuPs)
Attachment 4 CAC Application Process
Attachment 5 Contractor Work Surveillance Checklist (ICS)
Attachment 6 Contractor Work Surveillance Checklist (ROB)
Attachment 7 Contract Terms and Conditions
Attachment 8 Instructions to Offerors
Attachment 9 Past Performance Questionnaire
Attachment 10 Evaluation

Posted: Oct. 28, 2022, 11:20 a.m. EDT

Overview

Response Deadline
Dec. 15, 2022, 3:00 p.m. EST (original: Dec. 12, 2022, 1:00 p.m. EST) Past Due
Posted
Oct. 28, 2022, 11:20 a.m. EDT (updated: Dec. 8, 2022, 3:40 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Warner Robins, GA United States
Source

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 10/28/22 DLA Disposition Services issued Solicitation SP450023R0004 for Robins Hazardous Waste Removal and Disposal due 12/15/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562211 (SBA Size Standard $47 Million) and PSC S222.
Primary Contact
Name
ANNETTE GRAHAM   Profile
Phone
(269) 275-7012

Documents

Posted documents for Solicitation SP450023R0004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation SP450023R0004

Award Notifications

Agency published notification of awards for Solicitation SP450023R0004

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SP450023R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SP450023R0004

Similar Active Opportunities

Open contract opportunities similar to Solicitation SP450023R0004

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
Dec. 30, 2022
Last Updated By
annette.graham@dla.mil
Archive Date
Dec. 30, 2022