Skip to main content

An official website of the United States government

You have 2 new alerts

DLA Disposition Services Alaska Tire Recycling/Disposal

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Original)
  • Original Published Date: May 12, 2023 02:42 pm EDT
  • Original Date Offers Due: May 26, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 10, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: P100 - SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY
  • NAICS Code:
    • 562219 - Other Nonhazardous Waste Treatment and Disposal
  • Place of Performance:
    AK 99506
    USA

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP451023Q1047 and being issued as a request for quotation (RFQ).

This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2023-03. See attached Performance Work Statement and applicable provisions and clauses.

This is a competitive 100% Small Business set-aside for Tire Disposal Services for DLA Disposition Services. The NAICS code is 562219 with a size standard of $41.5M and the requirement will result in a 12-month Firm Fixed Priced IDIQ base contract with four 12-month option periods.

Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.

In order to accomplish this mission, DLA Disposition Services is seeking to have Tire Disposal Services in accordance with the attached Performance Work Statement at DLA Disposition Services DSD West – Anchorage.

This requirement is a Firm Fixed Priced contract. Pricing must be Fixed Price for the entirety of services quoted. Site location is 12745 Davis Highway, Anchorage, AK 99506. Additionally, wage Determination numbers are listed in Attachment 2.

Offers are due at 3:00 PM Eastern Time (United States), on 26 May 2023. Email quotes to jose.aceveddo@dla.mil. Questions are due 18 May 2023 by 12:00 PM Eastern Time and must be submitted in writing via email to jose.aceveddo@dla.mil. Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote.

INSTRUCTIONS TO OFFERORS:

Submit quotes by email to jose.aceveddo@dla.mil no later than the specified date and time.  Attention should be noted to FAR 52.212-1(f), concerning late submissions.  The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.  Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Valid quotes are to include the following: 

•           Completed price schedule: Price schedules are an attachment, responding firms are required to complete and return the attached price schedule to include all option periods and all line items within each period. 

•           Technical Submission: Provide verification of experience on the equipment specified in this requirement. Verification can be any of the following: training certificates, certifications / licenses, resumes, and / or a successful past performance (within last three years) reference providing maintenance services on equipment similar to the solicited requirement.

•           Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.

Quotes received without the above identified information will not be considered for an award. 

Site Visits are not being supported for this action in advance of the response deadline.

EVALUATION:

Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis.  Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (all periods), after a pass/fail evaluation of the contractors’ technical submission.

* Note that a Reverse Auction under this action is possible per applicable DLA coverage, with that coverage/instructions to be provided if a Reverse Auction is utilized.  Firm’s submitting proposals under this action agree to participate in the Reverse Auction if it occurs and acknowledge it as a possible negotiation tool being used by the Government under this action, though note that this does not mean firms are required to lower their submitted prices if they choose not to.

The following provisions and clauses are applicable to this solicitation:

The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions.

Offers should include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications --

Commercial Items, with its offer. See applicable clauses.

The clause 52.212-4 Alt 1, Contract Terms and Conditions - Commercial Items, applies to this acquisition. See attached clauses.

The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.

The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor whose quote conforms to the solicitation and offers the lowest total price, including the option periods.

L09 Reverse Auction (OCT 2016)

The Contracting Officer may utilize reverse auctioning to conduct price discussions. If the Contracting Officer does not conduct a reverse auction, award may be made on initial offers or following discussions. If the Contracting Officer decides to use line reverse auctioning to conduct price negotiations, the Contracting Officer will notify Offerors of this decision and the following applies:

(1) The contracting officer may use reverse auction as the pricing technique during discussions to receive the final offered prices from each offeror.

(2) During each round of reverse auction, the system displays the lowest offer price(s) unless the auction instructions are different. All offerors and authorized auction users see the displayed lowest price(s). This disclosure is anonymous and a generic identifier displays for the offeror. Generic identifiers include designators such as “offer A” or “lowest-priced offeror.” By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction.

(3) An offeror’s final auction price at the close of the reverse auction is considered its final price proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the contracting officer decides that further discussions are needed and final price proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the contracting officer determines that it would be in the best interest of the Government to re-open the auction.

(4) The contracting officer identifies participants to the DLA commercial reverse auction service provider. To be eligible for award and participate, the offeror must agree with terms and conditions of the entire solicitation and the commercial reverse auction service. The reverse auction pricing tool system administrator sends auction information in an email. The reverse auction system designates offers as "lead," meaning the current low price in that auction, or "not lead," meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as "lead" and the second or subsequent offer of that price as "not lead." If a tie offer is submitted and no evaluation factors other than price were identified in the solicitation or a low-price technically acceptable source selection is being used, the "Not Lead” offeror that submitted the tie offer must offer a changed price; otherwise its offer will be ineligible for award. If evaluation factors in addition to price were listed in the solicitation and a tradeoff source selection is being used, tie offers that are "Not Lead" will be considered and evaluated.

(5) Offerors unable to enter pricing through the commercial reverse auction service provider’s system during a reverse auction must notify the contracting officer or designated representative immediately. The contracting officer may, at their sole discretion, extend or re-open the reverse auction if the reason for the offeror’s inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror’s control.

(6) Training. The commercial reverse auction service provider or government representative conducts training for offerors. Offerors receive training through written material, the commercial reverse auction service provider’s website, or other means. Trainers name employees successfully completing the training as a “Trained Offeror.” Only trained offerors may engage in a reverse auction. The contracting officer reserves the right to remove the “trained offeror” title from anyone who fails to obey the solicitation or commercial reverse auction service provider terms and conditions.

52.203-3    Gratuities        APR 1984

52.203-6    Restrictions on Subcontractor Sales to the Government--Alternate I      NOV 2021

52.203-11  Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions   SEP 2007

52.203-12  Limitation on Payments to Influence Certain Federal Transactions         JUN 2020

52.203-17  Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights      JUN 2020

52.203-19  Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements          JAN 2017

52.204-4    Printed or Copied Double-Sided on Postconsumer Fiber Content Paper          MAY 2011

52.204-7    System for Award Management         OCT 2018

52.204-9    Personal Identity Verification of Contractor Personnel      JAN 2011

52.204-10  Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-13  System for Award Management Maintenance      OCT 2018

52.204-16  Commercial and Government Entity Code Reporting      AUG 2020

52.204-17  Ownership or Control of Offeror        AUG 2020

52.204-18  Commercial and Government Entity Code Maintenance         AUG 2020

52.204-20  Predecessor of Offeror            AUG 2020

52.204-21  Basic Safeguarding of Covered Contractor Information Systems     NOV 2021

52.204-23  Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities   NOV 2021

52.204-24  Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.204-25  Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment      NOV 2021

52.204-26  Covered Telecommunications Equipment or Services--Representation      OCT 2020

52.209-2    Prohibition on Contracting with Inverted Domestic Corporations—Representation NOV 2015

52.209-5    Certification Regarding Responsibility Matters      AUG 2020

52.209-6    Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment   NOV 2021

52.209-10  Prohibition on Contracting with Inverted Domestic Corporations         NOV 2015

52.209-11  Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law      FEB 2016

52.212-2    Evaluation—Commercial Products and Commercial Services    NOV 2021

52.212-3    Offeror Representations and Certifications—Commercial Products and Commercial Services MAY 2022

52.216-18  Ordering          AUG 2020

52.216-19  Order Limitations       OCT 1995

52.216-22  Indefinite Quantity     OCT 1995

* Minimum/maximum for the base period is $1,000.00 and a maximum value of 150% above the total estimated value for the period.  No minimum is guaranteed for the option periods, the maximum for the option periods are the same as the base period.

52.217-5    Evaluation of Options (July 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

(End of provision)

52.217-9    Option to Extend the Term of the Contract    MAR 2000

      (a) The Government may extend the term of this contract by written notice to the Contractor within _7 days____]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __14___ days before the contract expires. The preliminary notice does not commit the Government to an extension.

      (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

      (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed __5 years_________.

(End of clause)

52.219-1    Small Business Program Representations      OCT 2022

52.219-6    Notice of Total Small Business Set-Aside     NOV 2020

52.219-8    Utilization of Small Business Concerns         OCT 2022

52.219-14  Limitations on Subcontracting           SEP 2021

52.219-28  Post-Award Small Business Program Rerepresentation      SEP 2021

52.222-3    Convict Labor JUNE 2003

52.222-19  Child Labor—Cooperation with Authorities and Remedies  DEC 2022

52.222-21  Prohibition of Segregated Facilities   APR 2015

52.222-22  Previous Contracts and Compliance Reports FEB 1999

52.222-25  Affirmative Action Compliance         APR 1984

52.222-26  Equal Opportunity      SEP 2016

52.222-35  Equal Opportunity for Veterans         JUN 2020

52.222-36  Equal Opportunity for Workers with Disabilities      JUN 2020

52.222-37  Employment Reports on Veterans      JUN 2020

52.222-40  Notification of Employee Rights Under the National Labor Relations Act          DEC 2010

52.222-41  Service Contract Labor Standards      AUG 2018

52.222-42  Statement of Equivalent Rates for Federal Hires      MAY 2014

52.222-43  Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) AUG 2018

52.222-50  Combating Trafficking in Persons      NOV 2021

52.222-54  Employment Eligibility Verification MAY 2022

52.222-55  Minimum Wages Under Executive Order 13658      JAN 2022

52.222-62  Paid Sick Leave Under Executive Order 13706      JAN 2022

52.223-5    Pollution Prevention & Right-To-Know Information      MAY 2011

52.223-18  Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020

52.225-13  Restrictions on Certain Foreign Purchases     FEB 2021

52.229-3    Federal, State, and Local Taxes         FEB 2013

52.232-33  Payment by Electronic Funds Transfer—System for Award Management                    

OCT 2018

52.232-39  Unenforceability of Unauthorized Obligations      JUN 2013

52.232-40  Providing Accelerated Payments to Small Business Subcontractors      NOV 2021

52.233-3    Protest after Award     AUG 1996

52.233-2    Service of Protest        SEP 2006

52.233-4    Applicable Law for Breach of Contract Claim      OCT 2004

52.237-2    Protection of Government Buildings, Equipment, and Vegetation APR 1984

252.201-7000        Contracting Officer's Representative DEC 1991

252.203-7000        Requirements Relating to Compensation of Former DoD Officials      SEP 2011

252.203-7002        Requirement to Inform Employees of Whistleblower Rights       SEP 2013

252.203-7005        Representation Relating to Compensation of Former DoD Officials      NOV 2011

252.204-7003        Control of Government Personnel Work Product      APR 1992

252.204-7004        DoD Antiterrorism Awareness Training for Contractors           FEB 2019

252.204-7012        Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023

252.204-7015        Notice of Authorized Disclosure of Information for Litigation Support MAY 2016

252.204-7016        Covered Defense Telecommunications Equipment or Services--Representation   DEC 2019

252.204-7017        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation      MAY 2021

252.204-7018        Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services     JAN 2021

252.204-7019        Notice of NIST SP 800-171 DoD Assessment Requirements.    MAR 2022

252.204-7020        NIST SP 800-171 DoD Assessment Requirements.       MAR 2022

252.204-7022        Expediting Contract Closeout MAY 2021

252.209-7002        Disclosure of Ownership or Control by a Foreign Government  DEC 2022

252.209-7004        Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism          MAY 2019

252.215-7008        Only One Offer           DEC 2022

252.225-7055        Representation Regarding Business Operations with the Maduro Regime MAY 2022

252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime  JAN 2023

252.232-7006        Wide Area WorkFlow Payment Instructions      DEC 2018

252.232-7010        Levies on Contract Payments DEC 2006

252.243-7002        Requests for Equitable Adjustment    DEC 2022

252.244-7000        Subcontracts for Commercial Items   JAN 2021

5452.233-9001      Disputes: Agreement To Use Alternative Dispute Resolution (ADR)  APR 2001

L06 Agency Protests (DEC 2016)

Interested parties may file an agency level protest with the contracting officer or may request an independent review by the chief of the contracting office (CCO). Independent review by the CCO is an alternative to consideration by the contracting officer and is not available as an appellate review of a contracting officer decision on a protest previously filed with the contracting officer. Absent a clear indication of the intent to file an agency level protest with the CCO for independent review, protests will be presumed to be protests to the contracting officer.

Contact Information

Contracting Office Address

  • FEDERAL CENTER 74 N WASHINGTON
  • BATTLE CREEK , MI 49037-3092
  • USA

Primary Point of Contact

Secondary Point of Contact

History