Skip to main content

An official website of the United States government

You have 2 new alerts

RILEY KS & MINOT ND Regional HW Removal and Disposal

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: May 27, 2022 12:45 pm EDT
  • Original Published Date: Apr 20, 2022 01:30 pm EDT
  • Updated Date Offers Due: Jun 09, 2022 01:00 pm EDT
  • Original Date Offers Due: May 20, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 24, 2022
  • Original Inactive Date: Jun 04, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code:
    • 562211 - Hazardous Waste Treatment and Disposal
  • Place of Performance:
    Fort Riley , KS 66442
    USA

Description

Amendment 0003 Extends the due date.

Amendment 0002 Extends the due date.

Amendment 0001 is issued to address questions received, to adjust the QTY for CLIN PC04C8 and to update the POC information for proposal submissions

Combined Synopsis/Solicitation SP450022R0013 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i‐xvi).  Work will consist of the removal, transportation, and disposal of government generated hazardous and non-hazardous wastes located on or around military installations or within a 50-mile radius of any pickup point listed on this contract in the states of Iowa, Kansas, Missouri, Nebraska, North Dakota, and South Dakota.

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 SP450022R0013 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 2022-05, effective March 07, 2022. 

(iv)          This acquisition is being issued as Full and Open Competition; the associated NAICS code is 562211; the small business size standard is $41.5M.

(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 July 2022 to January 2025 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 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 May 20, 2022.  Proposals shall be emailed to amy.corder@dla.mil, and hazardouscontractswest@dla.mil. 

(xvi)       Offerors must submit all questions regarding this solicitation in writing via email to  Steven Schultz at steven.schultz@dla.mil and Amy Corder at amy.corder@dla.mil.  The cut-off date for the receipt of offeror questions is 1500 EST on May 10,2022.  Questions received after that time may not receive an answer. 

Contact Information

Contracting Office Address

  • DLA DISP SVCSS HAZ CONTRACT 74 NORTH WASHINGTON
  • BATTLE CREEK , MI 49037-3092
  • USA

Primary Point of Contact

Secondary Point of Contact





History