Skip to main content

An official website of the United States government

You have 2 new alerts

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

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: Jul 31, 2024 07:32 am EDT
  • Original Published Date: Jun 24, 2024 11:45 am EDT
  • Updated Date Offers Due: Aug 14, 2024 03:00 pm EDT
  • Original Date Offers Due: Jul 24, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 29, 2024
  • Original Inactive Date: Aug 08, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code:
    • 562219 - Other Nonhazardous Waste Treatment and Disposal
  • Place of Performance:
    JPN

Description

NOTE: Update #3- The formulas on Attachment 11 were missing. This has been corrected. Also the headers in attachments 12 & 13 have been updated to reflect Japan Scrap. The due date has been extended to 14 AUG 2024.

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

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