Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

S -- Norfolk Regional Hazardous Waste Removal and Disposal

Notice Date
6/1/2022 12:27:51 PM
 
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
SP450022R0009
 
Response Due
6/27/2022 11:00:00 AM
 
Archive Date
07/12/2022
 
Point of Contact
Michelle Watson, Phone: 269-961-5086
 
E-Mail Address
Michelle.Watson@dla.mil
(Michelle.Watson@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation SP450022R0009 has been amended to answer Questions submitted.� Please see attached Amendment 0001. Combined Synopsis/Solicitation SP450022R0009 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 installations in and around Norfolk, VA and North Carolina area. (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 SP450022R0009 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 2022-05 Effective 7 March 2022. (iv) ������� This acquisition is being issued as a 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 a Description of the Requirement and Performance Work Statement (PWS). (vii) ������ The contract is anticipated to have a 30-month base period from 20 August 2022 to 20 February 2025 and a 30-month option period.� See Attachment 3 for a list of pickup locations. (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 5 for the Past Performance Questionnaire. (ix) ������� The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition, see Attachment 6. (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 10 for 52.212-5 clauses applicable to this acquisition. (xiii) ����� 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 2:00 EST on June 27, 2022.� Proposals shall be emailed to michelle.watson@dla.mil and hazardouscontractseast2@dla.mil.� See Attachment 4 for proposal submission requirements. (xvi) ����� Offerors must submit all questions regarding this solicitation in writing via email to Michelle Watson at michelle.watson@dla.mil. �The cut-off date for the receipt of offeror questions is 12:00 EST on May 25, 2002.� Questions received after that time may not receive an answer.� * SP450022R0009 LIST OF ATTACHMENTS: Attachment 1 - Price Schedule Attachment 2 � PWS/Description of the Requirement; Attachment 3 - Pick up points Attachment 4 - Instructions to Offerors; Attachment 5 - Past Performance Questionnaire; Attachment 6 � Evaluation Factors, Addenda; Attachment 7 - Contract Terms and Conditions; Attachment 8 - Contractor Work Surveillance Checklist (ICS); Attachment 9 - Contractor Work Surveillance Checklist (ROB). Attachment 10- 1 Year Ordering History (from environmental reporting system)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/490b63964e8b4cdaa1caac70e646447b/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06343907-F 20220603/220601230104 (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.