SOLICITATION NOTICE
S -- North Carolina Regional Hazardous Waste Removal & Disposal
- Notice Date
- 8/26/2020 8:07:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP450020R0018
- Response Due
- 9/8/2020 12:00:00 PM
- Archive Date
- 09/23/2020
- Point of Contact
- Chad Hankins, Phone: 2699615224, Michelle Watson, Phone: 2699615086
- E-Mail Address
-
chad.hankins@dla.mil, Michelle.Watson@dla.mil
(chad.hankins@dla.mil, Michelle.Watson@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation SP450020R0018 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 military installations in and around North Carolina Regional area. (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 SP450020R0018 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 2020-07 Effective July 2nd, 2020. (iv)��This acquisition is being issued as a 100% small business set-aside; the associated NAICS code is 562211; the small business size standard is $41.5M. (v)��See Attachment 1 for the Price Schedule. (vi)��See Attachment 2 for a Description of the Requirement and PWS. (vii)��The contract is anticipated to have a 30-month base period from 02 December 2020 to 01 June 2023 and a 30-month option period.� See Attachment 1 for a list of pickup locations. (viii)��The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. Be advised IAW FAR 52.212-1(g), 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 Attachment 3 for addenda to the provision and Attachment 4 for the Past Performance Questionnaire. (ix)��The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition.� See Attachment 5 for addenda to the provision. (x)��The provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items, Alternate I applies to the acquisition. Offerors are advised to include a completed copy of this provision 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 Attachment 6 for 52.212-5 clauses applicable to this acquisition. (xiii)��See Attachment 6 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 31, 2020.� Proposals shall be emailed to chad.hankins@dla.mil and hazardouscontractseast2@dla.mil.� See Attachment 3 for proposal submission requirements. (xvi)��Offerors must submit all questions regarding this solicitation in writing via email to Chad.Hankins at chad.hankins@dla.mil. �The cut-off date for the receipt of offeror questions is noon EST ten calendar days after solicitation issuance.� Questions received after that time may not receive an answer. * SP450020R0018 ATTACHMENTS: Attachment 1 - Price Schedule/Facility CLIN Assignment Sheet/Ordering History/Pick-up Points; Attachment 2 - PWS/Description of the Requirement; Attachment 3 - Instructions to Offerors; Attachment 4 - Past Performance Questionnaire; Attachment 5 - Evaluation; Attachment 6 - Contract Terms and Conditions; Attachment 7 - Contractor Work Surveillance Checklist (ICS); and Attachment 8 - Contractor Work Surveillance Checklist (ROB). Attachment 9 � Applicable Provisions
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c153495430c5436b90ad620f0ffd208e/view)
- Place of Performance
- Address: NC 28533, USA
- Zip Code: 28533
- Country: USA
- Zip Code: 28533
- Record
- SN05774263-F 20200828/200826230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |