Search Contract Opportunities

Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections   2

ID: SP4510-25-R-1001 • Type: Synopsis Solicitation • Match:  90%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

DLA Disposition Services

Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with FAR 12 and 13. The required equipment is per the attached specifications, including its delivery timeframes. The procurement is under NAICS 541620 with a size standard of $19 million. The requirement is placed for Service-Disabled Veteran Owned Small Business (SDVOSB). The following clauses will be included in the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.

Quotes are to be received no later than 2:00 p.m. Eastern Standard U.S. Time on the above specified date, via email only to the designated Contracting Officer.

See Attachment for the Price Schedule and Specifications/Additional Terms.

All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be made during normal installation work hours which are available from the above POC, excluding Federal holidays.

Notes:

  1. ADDENDUM TO 52.212-2 EVALUATION COMMERCIAL ITEMS and FAR 52.212-01 Fill-in coverage listed at the end of the PWS.
  2. The awardee will be required to use Synchronized Predeployment and Operational Tracker (SPOT) when performing in some overseas locations. See contract clauses 252.225-7040, 252.225-7980, 252.225-7987, 252.225-7976, and 252.225-7995.
  3. Any award made off this solicitation will be published on https://beta.sam.gov. Offers are advised to frequently check https://beta.sam.gov for any modifications to the solicitation and for the system award notice. Unsuccessful offerors will not be notified separately of their unsuccessful proposals.

FAR 52.212-1 Instructions to Offerors -- Commercial (SEP 2023)

FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021)

FAR 52.212-3 Offerors Representations and Certifications -- Commercial Items (MAY 2024)

FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services--Alternate I (MAY 2024)

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items) (NOV 2023)

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (JAN 2025)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (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)

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021)

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)

52.233-3 Protest After Award (Aug 1996)

52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021

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

52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)

52.204-28, Federal Acquisition Supply Chain Security Act Orders Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 2023)

52.204-30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023)

52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025)

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)

52.219-14, Limitations on Subcontracting (Oct 2022)

52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024)

52.222-3 Convict Labor (JUN 2003)

52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2025)

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)

52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)

52.222-50, Combating Trafficking in Persons (Nov 2021)

52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)

52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)

52.229-12, Tax on Certain Foreign Procurements (Feb 2021)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)

52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024)

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)

52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022)

52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022)

The following additional FAR clauses apply to this procurement:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-7 System for Award Management (NOV 2024)

52.204-13 System for Award Management Maintenance (OCT 2018)

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)

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

52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (OCT 2020)

52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

52.216-18 Ordering (AUG 2020)

52.216-19 Order Limitations (OCT 1995)

52.216-22 Indefinite Quantity (OCT 1995)

52.217-9 Option to Extend the Term of the Contract (MAR 2000)

52.219-14 Limitations on Subcontracting (OCT 2022)

52.219-28 Post-Award Small Business Program Representation (JAN 2025)

52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (OCT 2020)

52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Jun 2020)

52.228-3 Workers' Compensation Insurance (Defense Base Act) (JUL 2014)

52.229-11 Tax on Certain Foreign Procurements (JUN 2020)

52.229-6 Taxes Foreign Fixed-Price Contracts (FEB 2013)

52.232-23 Assignment of Claims (MAY 2014)

52.233-1 Disputes (MAY 2014)

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)

52.247-34, FOB Destination (Nov 1991)

52.252-5 Authorized Deviations in Provisions (NOV 2020)

52.252-6 Authorized Deviations in Clauses (NOV 2020)

The following DFARS clauses apply to this procurement:

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)

252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024)

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)

252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)

252.211-7003 Item Unique Identification and Valuation (JAN 2023)

252.215-7008 Only One Offer (DEC 2022)

252.225-7000 Buy American--Balance of Payments Program Certificate Basic (FEB 2024)

252.225-7001 Buy American and Balance of Payments Program Basic (FEB 2024)

252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (MAR 2022)

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)

252.225-7048 Export-Controlled Items (Jun 2013)

252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten (MAY 2024)

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

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region Representation (JUN 2023)

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)

252.225-7040 Contractor Personnel Supporting U.S. Armed Forces Outside the United States

252.225-7980, Contractor Personnel Performing in the United States Africa Command Area of Responsibility (DEVIATION 2016-O0008) (JUN 2016)

252.225-7987, Requirements for Contractor Personnel Performing in USSOUTHCOM Area of Responsibility (DEVIATION 2014-O0016) (OCT 2014)

252.225-7976 Contractor Personnel Performing in Japan (DEVIATION 2018-O0019)
252.225-7995 Contractor Personnel Performing in the United States Central Command Area of Responsibility (DEVIATION 2017-O0004) (SEP 2017)

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018))

252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) (By reference, full text provided in bilateral award)

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023)

252.243-7002 Requests for Equitable Adjustment (DEC 2022)

252.244-7000 Subcontracts for Commercial Items (DEC 2022)

252.247-7023 Transportation of Supplies by Sea Basic (JAN 2023)

DLAD Procurement Notes:

DLAD 5452.233-9001 DISPUTES AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (JUN 2023)

L06 Agency Protests (DEC 2016)

L09 Reverse Auction (OCT 2016)

Background
The Defense Logistics Agency (DLA) Disposition Services (DS) is a Major Subordinate Command of the DLA, responsible for the disposal and reutilization of excess and surplus property generated by the Department of Defense (DoD). The agency aims to ensure that hazardous property is handled in an environmentally safe manner both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS).

This solicitation seeks to establish a contract for 3rd party site visits to assess Treatment, Storage, and Disposal Facilities (TSDF) for compliance with environmental regulations.

Work Details
The contractor will provide assessment services to evaluate compliance of TSDFs with applicable laws and regulations. Key tasks include:
1. Conducting site visits for both CONUS and OCONUS facilities, ensuring compliance with federal, state, local laws, and applicable host nation regulations.
2. Coordinating with facilities to schedule visits, providing detailed reports that include findings and recommendations.
3. Generating reports that summarize site evaluations, including compliance status and any identified issues such as non-compliance or operational concerns.
4. Completing all required documentation including DLA Form 2510 during assessments.
5. Notifying the USG Point of Contact (POC) within two business days if significant issues are identified during site visits.

Period of Performance
The contract consists of a base period of one 12-month term with four optional 12-month extensions, totaling a maximum performance period of five years.

Place of Performance
Services will be performed at various facilities identified by the USG POC in both CONUS and OCONUS locations.

Overview

Response Deadline
May 14, 2025, 2:00 p.m. EDT (original: May 8, 2025, 2:00 p.m. EDT) Past Due
Posted
April 11, 2025, 7:58 a.m. EDT (updated: April 21, 2025, 12:16 p.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 4/11/25 DLA Disposition Services issued Synopsis Solicitation SP4510-25-R-1001 for Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections due 5/14/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 541620 (SBA Size Standard $19 Million) and PSC B510.

NATO Stock Number

Details for NSN 7540011529070

NSN
NIIN
011529070
Standard Unit Price (DLA)
$13,900.00

Approved Suppliers
Primary Contact
Name
Matthew Wonch   Profile
Phone
(269) 967-9421

Additional Contacts in Documents

Title Name Email Phone
None None mc-alex.esd.mbx.dd-dod-information-collections@mail.mil None

Documents

Posted documents for Synopsis Solicitation SP4510-25-R-1001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SP4510-25-R-1001

Award Notifications

Agency published notification of awards for Synopsis Solicitation SP4510-25-R-1001

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SP4510-25-R-1001

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SP4510-25-R-1001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SP4510-25-R-1001

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
May 30, 2025
Last Updated By
matthew.wonch@dla.mil
Archive Date
May 29, 2025