Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2021 SAM #7229
SOLICITATION NOTICE

S -- Hazardous Waste Disposal at Redstone Arsenal, Alabama

Notice Date
9/14/2021 8:21:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP450021R0010
 
Response Due
9/21/2021 12:00:00 PM
 
Archive Date
10/06/2021
 
Point of Contact
Michael Mamaty, Michelle Watson
 
E-Mail Address
Michael.Mamaty@dla.mil, Michelle.Watson@dla.mil
(Michael.Mamaty@dla.mil, Michelle.Watson@dla.mil)
 
Description
Amendment 4 This amendment will extend the closing date to September 21, 2021 at 3:00p.m. Eastern Standard Time. Amendment 3 This amendment will extend the closing date to September 14, 2021 at 3:00p.m. Eastern Standard Time. Amendment 2 This amendment will extend the closing date to August 31, 2021 at 3:00p.m. Eastern Standard Time. Amendment 1 This amendment will extend the closing date to August 23, 2021 at 3:00p.m. Eastern Standard Time and also addresses received comments/questions related to the proposed project. Question:��� I am a small owner operator fleet. Will 1-2 trucks fulfill this contract? Or is this contract covering multiple facilities? Thank you for your time and swift reply. Answer: The Government will provide their own transportation for this requirement as outlined in section 1.0 of the attached PWS. Question:� � Both facilities we will be using to manage 1 of each of these items would like the diagrams of the vessels the government will be transporting in. Specifically they want to see the valving they need to attach too and also the man ways for the rinsing.�� They both need to understand the access to the vessels. Answer:� � Please see the uploaded diagrams for this information. Question:��� I see you have written a 30 day performance standard to the TO execution.�� With the capacity issues we are all having there is going to need to be leniency on this standard.�� More like once the COR and contractor have a committed slot from the facility the TO will be issue. We already know that due to the complexity of the Dinitrogen tetroxide compound not more than 1 unit can ship at a time and each unit will take over 30 days to properly treat.�� With this request involving two very high hazardous, reactive and IDLH characteristic compounds scheduling will be a delicate balance.� Please advise. Answer:� � Section 0.0 of the PWS has been revised to add subparts P through T to address the concerns. Please see attached PWS. �Concern:�� �Need the 700 gallon tanks shipped on a flatbed trailer, our facility needs to lift off and a van trailer is not usable. Response:� � In accordance with the special permit issued, the waste must be transported in a closed van trailer. PWS section 1.2.4 has been revised to reflect this requirement. Concern:����� Document states that the government will provide the transportation- just need to ensure that the transporter is a registered hazardous waste hauler. Response:� � �All transportation will occur within all required regulations and requirements for this type of hazardous waste. Combined Synopsis/Solicitation SP450021R0010 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i-xvi).� Work will consist of the removal, transportation, and disposal of government generated hazardous and non-hazardous wastes located on military installation Redstone Arsenal, Alabama. (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 SP450021R0010 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 2021-05 Effective March 10, 2021. (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 $41.5M. (v) ��������� See Attachment 1 for the Price Schedule. (vi) �������� See Attachment 2 for a Description of the Requirement and PWS. (vii) ������ The contract is anticipated to have a 30-month base period from 16 August 2021 to 16 February 2024 with no option period.� (viii) ����� The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items 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 4 for the Past Performance Questionnaire. (ix) �������� The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition, see Attachment 5. (x) ��������� The provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items, Alternate I applies to the acquisition. Offerors are advised to include a completed copy of this provision 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 Attachment 7 for 52.212-5 clauses applicable to this acquisition. (xiii) ����� See Attachment 6 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 August 9, 2021.� Proposals shall be emailed to michael.mamaty@dla.mil and hazardouscontractseast2@dla.mil.� See Attachment 3 for proposal submission requirements. (xvi) ����� Offerors must submit all questions regarding this solicitation in writing via email to Michael Mamaty at michael.mamaty@dla.mil. �The cut-off date for the receipt of offeror questions is 1200 EST on July 23, 2021. Questions received after that time may not receive an answer.� * SP450021R0010 ATTACHMENTS: Attachment 1 - Price Schedule Attachment 2 - PWS/Description of the Requirement; Attachment 3 - Instructions to Offerors; Attachment 4 - Past Performance Questionnaire; Attachment 5 - Evaluation; Addenda Attachment 6 - Contract Terms and Conditions; Attachment 7 - Applicable Provisions Attachment 8 - Safety Data Sheets Attachment 9 � Department of Labor Wage Determination 96-0223� Rev 50 Date 2-4-2021
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a6d4a63cd17e4c2fab455255d205d1e4/view)
 
Place of Performance
Address: Redstone Arsenal, AL, USA
Country: USA
 
Record
SN06132367-F 20210916/210915201749 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.