Colorado Bids > Bid Detail

SP450024R0001 Eastern Rocky Mountains HW Removal and Disposal

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159690202318136
Posted Date: Jan 9, 2024
Due Date: Jan 13, 2024
Source: https://sam.gov/opp/205c1d90bf...
Follow
SP450024R0001 Eastern Rocky Mountains HW Removal and Disposal
Active
Contract Opportunity
Notice ID
SP450024R0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA DISPOSITION SERVICES
Office
DLA DISPOSTION SERVICE - EBS
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 08, 2024 01:18 pm EST
  • Original Published Date: Nov 29, 2023 12:03 pm EST
  • Updated Date Offers Due: Jan 13, 2024 03:00 pm EST
  • Original Date Offers Due: Dec 30, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 28, 2024
  • 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 , CO
    USA
Description View Changes

Amendment 3



The purpose of this amendment is to answer two questions and extend the due date for SP450024R0001 from January 13, 2024 at 1500 hours to January 19, 2024, at 1500 hours.






  1. Can a minimum order be required for drum orders? The LTL delivery fee can vary greatly and is more easily spread out over an order of 10 or 15 containers as opposed to just one.





No. There are several smaller Generators on this contract that do not have space to purchase in bulk.





2.Can a surcharge be added to the price schedule to account for the transportation to the Malmstrom pick-up point??





No. The PWS clearly states that transportation and disposal cost are part of the CLIN.



*******************************************************************************



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 Statement



2.Price Schedule/Facility CLIN Assignment Sheet



3.Pick Up Locations



4.Past Performance Questionnaire



5.Department of Labor Wage Determination



6.Additional Contract Terms and Conditions



7.CAC Application Process



8.DL2503 Application for Qualified Transporter List



9.DL2507-2 Qualified Facility List Update



10.Addenda to 52.212-1 Instructions to Offerors



11.Addenda to 52.212-2 Evaluation



12.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
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >