SOLICITATION NOTICE
S -- Corpus Christi Regional HW Removal
- Notice Date
- 5/9/2025 2:35:48 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
- SP450025R0012
- Response Due
- 5/15/2025 8:55:00 AM
- Archive Date
- 05/30/2025
- Point of Contact
- Andrea Tichenor, Erik Rundquist, Phone: 2699614891
- E-Mail Address
-
andrea.tichenor@dla.mil, erik.rundquist@dla.mil
(andrea.tichenor@dla.mil, erik.rundquist@dla.mil)
- Description
- Modification #6 is to update the Price Schedule and to extend the deadline one final time until 1155 EST, Thursday, 15MAY2025. Modification #5 corrected the CLIN description on 1448SP so 1EA = 1 (not 1EA = 5). With this Mod#6, CLIN 1448SP is being replaced with CLIN 1404SP, which is the same as the previously updated 1448SP for the same drums with 1EA = 1. Mod#6 also updates the description of 1153SP so 1EA = 1 (not 1EA = 25). *There are two significant changes with this modification: 1) CLIN 1448SP (now CLIN 1404SP with 1EA = 1 just like Mod#5) and 2) CLIN 1153SP (now with 1EA = 1, not 1EA = 25). Additionally, several other administrative updates to the Price Schedule have been made, as detailed below: -CLIN PC10C7: The Unit of Issue has been corrected from KG to LB. -Base CLIN RE05: CLIN RE04C7 has been corrected to RE05C7. -Base CLIN RX03: CLINs RX06C1 and RX06C4 have been corrected to RX03C1 and RX03C4. -Base CLIN RX04: CLINs RX07C4 and RX07B5 have been corrected to RX04C4 and RX04B5. -Base CLIN RX98: CLIN RX99C2 has been corrected to RX98C2. -Base CLIN RX99: CLIN RX98C4 has been corrected to RX99C4. -CLIN RX94B5: The Unit of Issue has been corrected from EA to GL. -CLIN TX16B2: The Unit of Issue has been corrected from GL to LB. -Base CLIN TX17: CLINs TX20C3, TX20C4, and TX20C6 have been corrected to TX17C3, TX17C4, and TX17C6. AGAIN, if you have previously submitted a proposal with pricing, your most recently submitted pricing will be used. If you submit new pricing, any previous pricing will be deleted, and the new pricing will be used. You have until 1155 EST, Thursday, 15MAY2025 to update your proposal. A final updated Price Schedule with all of the above changes has been uploaded to this solicitation. Thanks in advance for your flexibility and additional time working through these last minute changes! ~Andrea *** Combined Synopsis/Solicitation SP450025R0012 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i?xvi). Work requires the selected contractor to provide for the removal, transportation, and disposal of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS) located on or around military installations in the Corpus Christi, TX, region or within a 50-mile radius of any pickup location listed on the Pickup Locations Table (Attachment 3) of the contract. 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 SP450025R0012 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 Federal Acquisition Circular 2025-03, effective January 17, 2025. (iv)This acquisition is being issued as full and open competition on an unrestricted basis; the associated NAICS code 562211; the Small Business size standard is $47.0M. (v)See the attached Price Schedule. (vi)See the solicitation for a description of the requirement. (vii)The contract is anticipated to have a 30-month base period from 6 July 2025 to 5 January 2028 and a 30-month option period from 6 January 2028 to 5 July 2030. 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 1155 EST on May 13, 2025. Proposals shall be emailed to Andrea.tichenor@dla.mil and Hazardouscontracts@dla.mil. (xvi)Offerors must submit all questions regarding this solicitation in writing via email to Erik Rundquist at Erik.Rundquist@dla.mil. The cut-off date for the receipt of offeror questions is 12:00p.m. Eastern Standard Time, fourteen (14) calendar days after solicitation issuance. Questions received after that time may not receive an answer. ATTACHMENTS: Attachment 1 � Price Schedule Attachment 2 � Performance Work Statement (PWS) Attachment 3 � Pick-up Locations Attachment 4 � PPI Questionnaire Attachment 5 � KTR Work Surveillance Checklist Placement or Removal Empty of ROB or Vac Box Attachment 6 � KTR Work Surveillance Checklist ICS Attachment 7 � Invoice DLA Form 2505 Attachment 8 � CAC Application Process Attachment 9 � DLA Form 2539 Customers Verification of Services Attachment 10 � Contract Terms and Conditions Attachment 11 � Addenda to 52.212-1 Instructions and 52-212-2 Evaluation Attachment 12 � FAR Provision Fill-ins OTHER DOCUMENT CONTAINED WITHIN THE CONTRACT: Department of Labor Wage Determination (1996-0223) Revision 65, dated 12/23/2024, https://sam.gov/wage-determination/1996-0223/65. ODS Turn in Procedures
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42fd30456b544f0292e170190b4523d3/view)
- Place of Performance
- Address: Corpus Christi, TX 78419, USA
- Zip Code: 78419
- Country: USA
- Zip Code: 78419
- Record
- SN07437767-F 20250511/250509230047 (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 |