SP450024R0001 Eastern Rocky Mountains HW Removal and Disposal
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: Nov 29, 2023 12:03 pm EST
- Original Date Offers Due: Dec 30, 2023 03:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 14, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
- NAICS Code:
- 562211 - Hazardous Waste Treatment and Disposal
- Place of Performance: Colorado Springs , COUSA
Description
Combined Synopsis/Solicitation SP450024R0001 has been prepared in accordance with the procedures in FAR 12.603. Work will consist of the removal, transportation, and disposal of government generated hazardous and non-hazardous wastes located on military installations located on or around military installations or within a 50-mile radius of any pickup point listed on this contract in the states of Colorado, Wyoming, and Montana. 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 SP450024R0001 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 2023-05 Effective September 22, 2023.(iv)This acquisition is being issued as a total small business set-aside; 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 February 2024 to August 2026 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 December 30, 2023. Proposals shall be emailed to Timothy.Hassett@dla.mil and hazardouscontractswest@dla.mil(xvi)Offerors must submit all questions regarding this solicitation in writing via email to Timothy.Hassett@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.
*SP450024R0001 ATTACHMENTS and OTHER DOCUMENTS:
1.Performance Work Statement2.Price Schedule/Facility CLIN Assignment Sheet3.Pick Up Locations4.Past Performance Questionnaire5.Department of Labor Wage Determination6.Additional Contract Terms and Conditions7.CAC Application Process8.DL2503 Application for Qualified Transporter List9.DL2507-2 Qualified Facility List Update10.Addenda to 52.212-1 Instructions to Offerors11.Addenda to 52.212-2 Evaluation12.DLA Form 2505
Attachments/Links
Contact Information
Contracting Office Address
- DLA DISP SVCSS HAZ CONTRACT 74 NORTH WASHINGTON
- BATTLE CREEK , MI 49037-3092
- USA
Primary Point of Contact
- Timothy J Hassett
- timothy.hassett@dla.mil
- Phone Number 2699614415
Secondary Point of Contact
- Kayla DesVoignes
- kayla.desvoignes@dla.mil
- Phone Number 2699615543
History
- Feb 03, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 08, 2024 01:18 pm ESTCombined Synopsis/Solicitation (Updated)
- Dec 21, 2023 10:13 am ESTCombined Synopsis/Solicitation (Updated)
- Dec 07, 2023 03:42 pm ESTCombined Synopsis/Solicitation (Updated)
- Dec 06, 2023 09:58 am ESTCombined Synopsis/Solicitation (Updated)
- Nov 29, 2023 12:03 pm ESTCombined Synopsis/Solicitation (Original)