Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
MODIFICATION

S -- Okinawa, Japan (On-Island) - Hazardous Waste Removal, Transportation, and Disposal

Notice Date
1/26/2024 1:51:17 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
SP450024R0007
 
Response Due
2/27/2024 12:00:00 PM
 
Archive Date
03/13/2024
 
Point of Contact
Andrea Tichenor, Hazardous Contracts West
 
E-Mail Address
andrea.tichenor@dla.mil, HazardousContractsWest@dla.mil
(andrea.tichenor@dla.mil, HazardousContractsWest@dla.mil)
 
Description
Combined Synopsis/Solicitation SP450023R0015 was cancelled and has been replaced with SP450024R0007.� Combined Synopsis/Solicitation SP450024R0007 has been prepared in accordance with the procedures in FAR 12.603.� The scope of work requires services to remove, transport, recycle, and dispose of industrial waste as identified in the U.S. Government (USG) and Japan Environmental Governing Standards (JEGS) and wastes regulated by Government of Japan (GOJ) as Industrial Waste (IW), Specially Controlled Industrial Waste (SCIW), Specially Handled Industrial Waste (SHIW), and Per- and Polyfluoroalkyl Substances (PFAS) located in and around Okinawa, Japan.� 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 SP450024R0007 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 2024-02 Effective January 22, 2024. (iv) �������� This acquisition is being issued as a full and open procurement; 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) and a description of the requirement. (vii) ������� The contract is anticipated to have a 30-month base period from March 2024 to September 2026 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, applies to this acquisition.� See Attachment 4 for addenda to the provision. (ix) �������� The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition.� See Attachment 4 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 Attachment 4 for 52.212-5 clauses applicable to this acquisition. (xiii) ������ See Attachment 4 for additional clauses, contract terms and conditions. (xiv) ������ The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) ������� Proposals�are�due�by�1500�EST�on�February 27th, 2024.� Proposals shall be emailed to andrea.tichenor@dla.mil and hazardouscontractswest@dla.mil.� (xvi) ������ Offerors must submit all questions regarding this solicitation in writing via email to Andrea Tichenor at andrea.tichenor@dla.mil.� The cut-off date for the receipt of offeror questions is noon EST February 16th,�2023.� Questions received after that time may not receive an answer.� *SP450024R0007 ATTACHMENTS: ATTACHMENT 1: �Price Schedule ATTACHMENT 2:� Performance Work Statement (PWS) ATTACHMENT 3:� Pickup Locations ATTACHMENT 4:� Addenda to FAR 52.212-1 & 52.212-2, Additional Contract Terms & Conditions ATTACHMENT 5:� HW Label ATTACHMENT 6:� CAC Application Process ATTACHMENT 7:� Past Performance Information (PPI) Questionnaire ATTACHMENT 8:� DLA FORM 2505.xlsx
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ebade3950204fd495e004bc4573fd5e/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN06946460-F 20240128/240126230043 (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.