Search Contract Opportunities

San Antonio HW Removal and Disposal   3

ID: SP450025R0006 • 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:
Loading

Description

Posted: April 21, 2025, 10:25 a.m. EDT

AMENDMENT 5: The purpose of this amendment is the following:

Uploaded Attachment 15 - Past SDS Order - Isopropyl Alcohol 99%

Bidder Question/Comments and DLA-DS Responses:

1. A contractor needs to know what the organic peroxide is. Can you provide an SDS from past orders. Are these explosive subsidiary or Temperature controlled? Or are they non-temperature controlled or secondary explosive organic peroxides? Costs to stabilize MEKP that does carry the secondary explosive can exceed $20,000 for one (1), 5-gallon container. Explosive subsidiary or Temperature controlled can far exceed that price.

DLA-DS Response Prior peroxide stabilization services provided under the San Antonio contract were performed under CLIN 6631TF. This CLIN was added to the current contract via contract modification. The purpose was to stabilize several containers generated by Lackland AFB that were reported as containing isopropyl alcohol and resin. The attached SDS was submitted by the generator as supporting documentation for the modification request. See previously provided 45-month historic usage report for additional information. The stabilization CLINs were carried over to the follow-on contract as contingency CLINs. Bidders are advised that CLIN 6631GS may be used to stabilize peroxide waste streams other than the ones identified in the 45-month historic usage report. (Uploaded Past SDS Order)

2. Clause 3.30 states, When one (1) CLIN 6631GS is ordered the Contractor shall perform stabilization as described in this PWS for up to 15 containers. Are you implying that one (1) = 15 containers of organic peroxide that must be stabilized? Or is this the amount of stabilized material created? We can only assume the later similar to CLIN 6631TF... of less than or equal to one (1), 5-gallon container

DLA-DS Response CLIN 6631GS has been revised to indicate one CLIN 6631GS will be ordered for one container of peroxide waste to be stabilized.

3. CLIN 6631GR should be changed to read, One (1) each of CLIN 6631GR will be ordered for each container of stabilized material created under CLIN 6631GS

DLA-DS Response CLIN 6631GR has been removed from the price schedule. In addition, CLIN 6631GS has been revised to indicate one CLIN 6631GS will be ordered for one container of peroxide waste to be stabilized.

4. Offsite Stabilization of Organic Peroxide is not permitted at most TSDFs. . This CLIN should be removed

DLA-DS Response CLIN 6631TF has been removed from the price schedule.

AMENDMENT 4: The purpose of this amendment is the following:

Updated Attachment 1 - PWS - San Antonio HW_21April25(rev_2)

1. Removed Section 3.31 OFFSITE STABILIZATION OF ORGANIC PEROXIDE & MEKP PRODUCTS AT TSDF.

2. Revised Section 3.30 ONSITE STABILIZATION OF ORGANIC PEROXIDE & MEKP PRODUCTS AT GENERATOR'S LOCATION. The revision removes the requirement to process up to 15 containers for one CLIN 6631GS. It now reads one container to be processed under one ordered CLIN 6631GS.

3. Revised Section 1.2.8.2 CONTAINERIZED WASTE, paragraph e. The sentence, The sum weight of the dunnage, pallet, and palletized waste cargo will collectively comprise the weight of the waste and shall not exceed a weight of 2,000 pounds and/or a height of 60 unless otherwise authorized by the Contractor has been revised to read, The sum weight of the dunnage, pallet, and palletized waste cargo will collectively comprise the weight of the waste and shall not exceed a weight of 1,600 pounds and/or a height of 42 (including the pallet) unless otherwise authorized by the Contractor

4. Revised Section 1.3.1 RETURN OF SHIPPING DOCUMENTATION, paragraph d. and e. Paragraphs d. and e. were updated to reflect the EPA rule change for filing exception reports that happened in January 2025.

5. Revised Section 1.1.1.1 CLIN DISPUTES, paragraphs d. and e. Revision adds further clarification regarding dispute procedures.

6. Revised Section 1.1.3 SHIPPING/DISPOSAL DOCUMENTATION, paragraphs b. and c. Revised paragraph b. to address emergency response information on manifest and adds paragraph c. to address paper manifests.

7. Revised Section 1.2.7 WEIGHING OF ITEMS, paragraph d. Added paragraph d. to address bulk weight discrepancies.

8. Revised Section 1.2.8.1 BULK WASTE, paragraph n. Revised paragraph n. Clarified the use of ME suffix for antifreeze and used oil recycling CLINs.

9. Revised Section 2.4 AFFF AND OTHER PFAS-RELATED WASTES, paragraph a. Revised paragraph a. to address hazardous waste PFAS CLINs.

10. Revised the APL table in Section 4.1 ACCEPTABLE PERFORMANCE LEVEL (APL) TABLE. The APLs listed in the R1 version of the PWS had APLs that were not fully vetted with the contracting office.

Updated Attachment 2 - Price Schedule - San Antonio HW_21April25(rev_1)

1. Removed stabilization CLINs 6631TF and 6631GR

2. Added CLIN RX13C1

AMENDMENT 3: The purpose of this amendment is the following:

Extend the closing date of this solicitation from 19 April 2025 to 30 April 2025.

SA_Combo Notice Description w_attachments(rev_1)

AMENDMENT 2: The purpose of this amendment is the following:

Uploaded Attachment 14 (new) - Forty_Five (45) Months Usage Report for Contract SP450020D0020 San Antonio

AMENDMENT 1: The purpose of this amendment is the following:

1. Updated Attachment 1 - PWS: Uploaded Revised Version

Removed verbiage on PWS section 11.0 PERIOD OF PERFORMANCE; "The period of performance of this contract starts from the award/effective date of contract as reflected in block 3 of the SF1449 through 30 months and any further extensions to the contract performance period."

2. Updated Attachment 2 - Price Schedule: Uploaded Revised Version

New price schedule includes CLIN descriptions

3. Updated Attachment 6 - Additional Terms and Conditions: Uploaded Revised Version

This update removes the following clauses from the solicitation, which are embedded within the FAR 52.212-5 clause IAW Class Deviation 2025-O0003:

  1. FAR 52.222-21 Prohibition of Segregated Facilities
  2. FAR 52.222-26 Equal Opportunity

4. Uploaded Attachment 13 (new) - One (1) year Usage Report for Contract SP450020D0020 San Antonio

Combined Synopsis/Solicitation SP450025R0006 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 Antonio 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 SP450025R0006 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 Federal Acquisition Circular 2025-03, effective January 17, 2025.
(iv) This acquisition is being issued as full and open competition on an unrestricted basis; the associated NAICS code 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 25 June 2025 to 25 December 2027 and a 30-month option period from 26 December 2027 to 25 June 2030. 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 April 19, 2025. Proposals shall be emailed to Ronald.hobbs@dla.mil and Hazardouscontracts@dla.mil.
(xvi) Offerors must submit all questions regarding this solicitation in writing via email to Ronald Hobbs at Ronald.hobbs@dla.mil. The cut-off date for the receipt of offeror questions is 12:00p.m. Eastern Standard Time, fourteen (14) calendar days after solicitation issuance. Questions received after that time may not receive an answer.

Posted: April 21, 2025, 8:51 a.m. EDT
Posted: April 17, 2025, 10:15 a.m. EDT
Posted: April 9, 2025, 6:44 a.m. EDT
Posted: March 28, 2025, 8:56 a.m. EDT
Posted: March 19, 2025, 10:25 a.m. EDT
Background
The contract is issued by the Defense Logistics Agency (DLA) and pertains to the removal, transportation, and disposal of various hazardous wastes in compliance with the Resource Conservation and Recovery Act (RCRA).
The goal of this contract is to ensure safe and compliant waste management on military installations in the San Antonio region and within a 50-mile radius of designated pickup locations. This acquisition is part of a full and open competition process.

Work Details
The selected contractor will be responsible for:
1. Removal, transportation, and disposal of 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).
2. Adhering to pre-removal requirements including permit/special requirements, reporting requirements, shipping/disposal documentation, notifications, security for conveyance vehicles or trailers, hours of operation, and contractor personnel management.
3. Executing the removal phase which includes spill responsibility, segregation of hazardous waste, loading procedures, weighing items for disposal or recycling, and ensuring compliance with government equipment protocols.
4. Post-removal tasks such as returning shipping documentation.
5. Disposal/recycling responsibilities including obtaining certificates of disposal or destruction for various waste types.

Period of Performance
The contract has a 30-month base period anticipated from June 25, 2025 to December 25, 2027, followed by a 30-month option period from December 26, 2027 to June 25, 2030.

Place of Performance
The work will be performed at military installations located in the San Antonio region or within a 50-mile radius of any designated pickup location.

Overview

Response Deadline
April 30, 2025, 3:00 p.m. EDT (original: April 19, 2025, 3:00 p.m. EDT) Past Due
Posted
March 19, 2025, 10:25 a.m. EDT (updated: April 21, 2025, 10:25 a.m. EDT)
Set Aside
None
Place of Performance
San Antonio, TX 78251 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
53% of similar contracts within the Defense Logistics Agency had a set-aside.
On 3/19/25 DLA Disposition Services issued Solicitation SP450025R0006 for San Antonio HW Removal and Disposal due 4/30/25. The opportunity was issued full & open with NAICS 562211 and PSC S222.
Primary Contact
Name
Ronald Hobbs   Profile
Phone
(269) 961-5544

Secondary Contact

Name
Erik Rundquist   Profile
Phone
(269) 961-4891

Documents

Posted documents for Solicitation SP450025R0006

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Solicitation SP450025R0006

Award Notifications

Agency published notification of awards for Solicitation SP450025R0006

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SP450025R0006

Incumbent or Similar Awards

Contracts Similar to Solicitation SP450025R0006

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SP450025R0006

Similar Active Opportunities

Open contract opportunities similar to Solicitation SP450025R0006

Experts for San Antonio HW 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 DISPOSTION SERVICE - EBS
FPDS Organization Code
97AS-SP4500
Source Organization Code
500045727
Last Updated
May 16, 2025
Last Updated By
ronald.hobbs@dla.mil
Archive Date
May 15, 2025