Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOURCES SOUGHT

F -- Sources Sought for Iraq Hazardous Waste (HW) Retrograde to CONUS

Notice Date
4/3/2009
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Reutilization and Marketing Service, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092
 
ZIP Code
49037-3092
 
Solicitation Number
SP4500-09-S-0001
 
Point of Contact
Tracy M. Hart,, Phone: 269-961-4762
 
E-Mail Address
tracy.hart@dla.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR IRAQ HW RETROGRADE TO CONUS NOTICE TYPE: Sources Sought SYNOPSIS: The DRMS is exploring a variety of alternatives for the disposal of DoD hazardous waste items currently located in Iraq. As one possible alternative, this Sources Sought is for the purposes of identifying sources capable of handling a large scale retrograde requirement consisting of an estimated 11 million pounds of hazardous waste generated by the DoD in Iraq. A retrograde is defined as the return of U.S. made, generated and/or procured property from an overseas U.S. military Port of Embarkation (PoE). The waste would be transported by the DoD to a few selected military Ports of Debarkation (PoD) located on the United States’ East or Gulf Coasts (the U.S. Government would arrange and obtain the ocean going transportation). Should this alternative be realized, the anticipated end result be a five-year firm fixed priced contract with a guaranteed minimum. It’s projected that a large, initial shipment(s) would be retrograded that could consist of an estimated 750 military 20-foot sea van containers being simultaneously offloaded into single or multiple military PoDs. After the initial shipment it’s anticipated that an estimated 50-70 sea van containers with additional waste would require removal and disposal services each year during the life of the contract at various intervals. The waste would be containerized and shipped by the U.S. Government in accordance with International Maritime Dangerous Goods (IMDG) Code, Department of Transportation standards and all other applicable Codes, Treaties, etc. The U.S. Government would coordinate and obtain all required clearances. It’s anticipated that the U.S. Government would offload and reload the containers at the PoDs and may possibly provide transportation of the waste from the PoDs to the contractor’s interim storage facility and/or designated Treatment, Storage and Disposal Facility (TSDF). The contractor would be responsible for but not limited to performing the following types of management services: Prior to departure from PoE: • Dispatching field team to Defense Reutilization and Marketing Office (DRMO) Al Assad and Joint Base Balad, Iraq, to facilitate preparation of shipping documentation prior to containers being sealed for transport to the Port of Umn Qasr, Iraq (Note: This would not include any requirement for contractor provided containers, analytical testing, labpacking, containerization, in-country transportation or loading services). Upon arrival at U.S. military PoDs: • Verifying shipments against stated inventories • Repackaging any items possibly loosened during shipment • Completing waste profiles and required manifests and/or other shipping documentation • Arranging for interim storage of the waste, if necessary •Disposing of the waste at qualified TSDFs All services must be completed in accordance with all Federal, State and local laws and regulations. Forms of waste would include but is not limited to: • A variety of used and unused batteries (including lithium) • Solvents • Decontaminate agents and kits • Solid waste containing heavy metals • Mercury and mercury containing items • Pesticides/herbicides/fungicides/insecticides • Waste oil and fuel • Grease • PoL contaminated solids • Filters • Aerosol cans and other compressed gas cylinders • Asbestos items • Fire extinguishing residue • Uncontrolled medicine • Ethylene Glycol • Spill residue • Empty containers that previously held hazardous contents The contractor would have at a minimum, a 30-day window from the time a funded task order is issued until the waste arrived at selected U.S. military PoD(s). Currently, the contractor would have only 96-hours to perform required management services at the PoDs once the waste is made available for removal. The purpose of this request for information is twofold: 1) To identify the feasibility of such a contract, given the potential concerns and difficulties that could be encountered when managing ultimate disposal of a large volume of hazardous waste; and 2) To identify the capability and interest of firms for inclusion on a potential source list. If a solicitation is pursued, the offeror would be required to submit past performance information depicting comparable experience and provide a sound logistics and management plan outlining how they would perform waste disposal services for a requirement of this magnitude. This would include but is not limited to the use of proper equipment and qualified staffing, proof of adequate financial resources and insurance and identification of acceptable subcontractors. If subcontractors would be used the offeror would be required to identify the sources and provide written proof of a working relationship between the parties. The offeror would also be required to clearly show that the requirements of the Federal Acquisition Regulation’s Limitation on Subcontracting, FAR 52.219-14 would be met. This Sources Sought is issued solely for information and planning purposes only – there is no actual requirement or any further information available at this time. DRMS is not seeking proposals and will not accept unsolicited proposals. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Government will not pay for any information or administrative costs incurred in response to this Source Sought. All costs associated with responding to this Sources Sought will be solely at the responding party’s expense. All information received in response to this Sources Sought that is marked proprietary information will be handled accordingly. Firms with capability and interest are encouraged to reply via e-mail. All information submitted will be reviewed but DRMS may not respond to any submissions. Information and/or queries must be e-mailed to the attention of Tracy M. Hart, Senior Contracting Officer, at tracy.hart@dla.mil, not later than 4:30 p.m. EST, April 17, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b012857740a5ac27f3a2a257c9304e30&tab=core&_cview=1)
 
Place of Performance
Address: Initial assessment visits at DRMO Al Assad and Joint Base Balad, Iraq and subsequent management services performed at a few selected military Ports of Debarkation located on the United States' East or Gulf Coasts. Disposal would be performed at qualified TSDFs located within CONUS., United States
 
Record
SN01785069-W 20090405/090403220243-b012857740a5ac27f3a2a257c9304e30 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.