Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2024 SAM #8263
SOLICITATION NOTICE

S -- Iwakuni, Misawa, and Sagami, Japan Scrap Removal and Recycling

Notice Date
7/10/2024 5:27:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP450024R0014Scrap
 
Response Due
8/7/2024 12:00:00 PM
 
Archive Date
08/22/2024
 
Point of Contact
Heidi McCoy, Phone: 2699614076, Erik Rundquist, Phone: 2699614891
 
E-Mail Address
heidi.mccoy@dla.mil, erik.rundquist@dla.mil
(heidi.mccoy@dla.mil, erik.rundquist@dla.mil)
 
Description
NOTE: Update #2 based on questions received. Price schedule and PPI Questionnaire have been updated. Due date was changed to 7 AUG 2024. See questions and answers below: 1. Past Performance Information (Document 10) The solicitation mentions a deadline of May 31, 2024, at 3:00 PM in the Past Performance Information (PPI) document. Since this solicitation appears to be for non-hazardous waste removal, is this deadline still applicable? Additionally, the PPI mentions ""Hazardous Waste Removal, Transportation & Disposal services."" Given the non-hazardous nature of the project, wouldn't this section be irrelevant? I would appreciate clarification on how to proceed regarding the PPI document. PPI Questionnaire (Attachment 10) has been updated. 3. Calibration and Repair Costs for Measuring Instruments The solicitation clarifies that calibration for the scale costs is included in the management fee. However, it's unclear who would be responsible for any adjustments, repairs, or replacements deemed necessary based on the calibration results. Could you please clarify how these potential costs would be handled? The Contractor is only required to complete an annual calibration for the scales.� If the scales require repairs DLA will write a separate contract for the repairs. 4. Categorization and Indexing in the Excel Sheet For clarification on the Excel sheet related to Category 1 items, I would appreciate confirmation on the following category and index pairings: Iron (0E1L): (2011) Copper Wire (D4C): (2007) Copper (D4D): (2008) Brass and/or Bronze (D4F): (2009) Aluminum (D1D): (2016) Additionally, the categorization for Aluminum (D1E) is unclear: Iwakuni is Category 2 Sagami is Category 1 Could you please confirm these categorizations? Furthermore, the sheet seems to be missing OH08SA for Sagami. Is this intentional or an oversight? Please see the SCL tab for clarification on the above E1L, D4C, D4D, D4F and D1D. Iwakuni is Category 1 and adjustments have been made to the Price Schedule. It was an oversight leaving 0H08SA, 1H08SA and 2H08SA CLINS off the price Schedule. Combined Synopsis/Solicitation SP450024R0014 has been prepared in accordance with the procedures in FAR 12.603. Work will include scrap yard management, scrap removal and transportation, scrap demilitarization (DEMIL) / mutilation (MUT) and scrap de-manufacturing (DEMAN) operations including disposal and recycling in and around Iwakuni, Misawa, and Sagami, 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 SP450024R0014 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 2024-05, effective May 22, 2024. (iv)This acquisition is being issued as a full and open competition on an unrestricted basis; the associated NAICS code is 562219; the small business size standard is $47.0M. (v)See the attached Price Schedule. (vi)See the solicitation for a description of the requirement and PWS. (vii)The contract is anticipated to have one 18-month base period from September 2024 to March 2026 and two 18-month option periods. 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. Be advised, IAW FAR 52.212-1(g), Contract Award, 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 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 August 7, 2024. Proposals shall be emailed to Heidi.mccoy@dla.mil and hazardouscontractswest@dla.mil. (xvi)Offerors must submit all questions regarding this solicitation in writing via email to Heidi McCoy atHeidi.mccoy@dla.mil. The cut-off date for the receipt of offeror questions is noon EST fourteen calendar days after solicitation issuance. Questions received after that time may not receive an answer. *SP450024R0014 ATTACHMENTS and OTHER DOCUMENTS: Performance Work Statement (PWS) 1.Workload History 2.Definitions 3.DD Form 1155 4.DLA DS Sites and Operating Hours 5.DLA Form 1367, Shipment Receipt/ Delivery Pass 6.Forward Collection Sites (FCS) 7.Available Dual-use U.S. Government Equipment 8.DLA Form 2505, Manifest Tracking Log 9. Addenda to 52.212-1, 52.212-2, and Additional Contract Terms and Conditions 10. Past Performance Questionnaire 11. Updated Price Schedule Japan Scrap 12. Fac Profile Sht 13. Trans Profile Sht
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/051e437162754116af2aea157128bb49/view)
 
Place of Performance
Address: Iwakuni, JPN
Country: JPN
 
Record
SN07122938-F 20240712/240710230118 (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.