SOLICITATION NOTICE
S -- South Florida Hazardous Waste Removal
- Notice Date
- 6/18/2025 5:26:10 AM
- 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
- SP450025R1001
- Response Due
- 7/8/2025 1:00:00 PM
- Archive Date
- 07/23/2025
- Point of Contact
- Chad Hankins, Phone: 2699615224, Michelle Watson, Phone: 2699615086
- E-Mail Address
-
chad.hankins@dla.mil, Michelle.Watson@dla.mil
(chad.hankins@dla.mil, Michelle.Watson@dla.mil)
- Description
- Amendment 0001 Issued 29 May 2025 (Attached). Amendment 0002 Issued 5 June 2025 (Attached). Amendment 0003 Issued 18 June 2025 (Attached). Combined Synopsis/Solicitation SP450025R1001 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 South Florida 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 SP450025R1001 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 2025-03, effective 01/17/2025. (iv) This acquisition is being issued as Full and Open competition under the associated NAICS code 562211; the Small Business size standard is $47M. (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 Nov 2025 to May 2028 and a 30-month option period. 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. 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 Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003), Alternate I, with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) 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 4:00PM EST on June 20, 2025. Proposals shall be emailed to chad.hankins@dla.mil and Hazardouscontracts@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Chad Hankins at chad.hankins@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: Attach 1 - Performance Work Statement (PWS) Attach 2 - Price Schedule Attach 3 - Pick-Up and Service locations (PuPs) Attach 4 - ICS Contractor Work Surveillance Checklist Attach 5 - ROB Contractor Work Surveillance Checklist Attach 6 - Invoice DLA Form 2505_v02Jan24 Attach 7 - CAC Application Process Attach 8 - Offeror Representations and Certifications and 6-4 PWS Info Attach 9 - FAR/ DFARS clauses Attach 10 - Past Performance Information (PPI) Questionnaire Attach 11 - Addenda to 52.212?1 Instructions Attach 12 - Addenda to 52.212?2 Evaluation Attach 13 - Provision Fill-ins Attach 14 � Ordering History Attach 15 � Wage Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ae3d88b522e4273913d7734ea2e15e0/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN07482505-F 20250620/250618230333 (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 |