Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2025 SAM #8649
SOLICITATION NOTICE

S -- PENDLETON HAZARDOUS WASTE

Notice Date
7/30/2025 9:50:58 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
SP450025R1002
 
Response Due
8/17/2025 12:00:00 PM
 
Archive Date
09/01/2025
 
Point of Contact
James Mayotte, Phone: 2699614450, Michael Mamaty
 
E-Mail Address
james.mayotte@dla.mil, Michael.Mamaty@dla.mil
(james.mayotte@dla.mil, Michael.Mamaty@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Amendment 2 - Questions & Answers and extends the closing date to Aug 17, 2025 Q: Given the large number of waste generation locations, does the base consolidate waste at a central location prior to removal, or is the contractor required to service multiple generation sites throughout the base? A: There is no centralized consolidation location. The current contractor services 64 areas, with seven to nine individual sites within each area. Q: When the contractor visits each generator's site, how much time is required to complete container removal for a single task order? A: Container pickup typically requires 6-7 hours per day and spans the entire work week (Monday through Friday) to complete waste shipment. Q: What equipment and personnel resources are required to complete container pickup operations? A: Operations typically require a three-person team consisting of one project manager, one technician, and one driver. Q: What are the distances between pickup locations? A: Travel times vary significantly based on location: northern area and Area 22 require up to 30 minutes of travel time, while Delmar area and main side locations require 20-25 minutes. These times may vary due to driving conditions, traffic, holiday schedules, and weather. Q: Do bulk liquid task orders require pickups from multiple locations with similar logistical requirements (stops, manpower, etc.)? A: Currently, seven locations require bulk pumping services. Q: What locations on the base are available for waste consolidation? A: No consolidation locations are currently available. Q: Can identical waste streams from multiple pickup locations be consolidated to reduce the total volume of containers requiring removal? A: Consolidation of similar waste streams is not currently available. Q: How many roll-off bins are typically maintained on-site? (Documentation suggests 30+) A: Correct, 30+ roll-off bins are maintained on-site. Q: Under the bin rental CLINs, is the contractor required to provide an empty bin when removing a full bin? A: Yes, empty bin replacement is required upon full bin removal. See PWS section 3.2 (paragraphs b-l) Q: Is the contractor compensated per delivery/removal, or are delivery/removal services included in the weekly/monthly rental fee? A: Continuous accessibility, for purposes of this Section, shall mean that when a loaded ROB is removed for disposal, an empty lined replacement container shall be simultaneously placed at the same proximal location as the initial placement. Removal of waste in the ROB will be ordered using the appropriate disposal CLIN. Such removal and simultaneous replacement with an empty lined ROB do not affect the termination date of the rental period unless and until the final removal has been ordered, at which time the billable rental period is terminated. See PWS section 3.2 (paragraphs b-l) Q: The contractor is responsible for supplying defoamer for AFFF pumping. Can you estimate the defoamer quantity required per pickup? A: Approximately 5-15 gallons of defoamer are required per pickup. Q: Is any of this information available or are there any manifests with the actual facility profile so I can get pricing? A: This contact will support multiple generators; each generator may turn in a waste stream using any given CLIN on the contact if their waste meets the parameters of the selected CLINs description. Please note, each generator will have a unique profile or SDS, �for pricing purposes� please use the CLIN description as the overall profile. Note: The contract awardee will receive all generator profiles for all waste streams shortly after award to enable the awardee to get the profiles approved with the treatment facilities of choice. Q: What is the process to register a TSDF facility? As long as facilities have all permits, is it pretty easy to establish them with the base? If so, what is the timeline to register? A: For guidance regarding our Qualified Facilities and Transporter List � Please see the Performance Work Statement (PWS), Section 5.0 provided in the solicitation. Additional information for registration (QFL and QTL) can be found at: https://www.dla.mil/Disposition-Services/Offers/Hazardous-Waste-Disposal/. Amendment 1 - 12-Month Usage report added to available attachments. Combined Synopsis/Solicitation SP450025R1002 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i?xvi). Work requires the selected contractor to provide for the removal, transportation, and disposal of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS) located on or around military installations in the Camp Pendleton, CA region or within a 50-mile radius of any pickup location listed on the Pickup Locations Table (Attachment 3) of the contract. 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 SP450025R1002 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 2025-04, effective June 11, 2025 (iv) This acquisition is being issued as Full and Open under the associated NAICS code 562211; the Small Business size standard is $47M. (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 October 2025 to March 2028 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 Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003), Alternate I, with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) 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 15:00 EST on August 9, 2025. Proposals shall be emailed to James.Mayotte@dla.mil and Hazardouscontracts@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to James Mayotte at James.Mayotte@dla.mil. The cut-off date for the receipt of offeror questions is 12:00p.m. Eastern Standard Time, fourteen (14) calendar days after solicitation issuance. Questions received after that time may not receive an answer. ATTACHMENTS: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � Price Schedule Attachment 3 � Pick-up Locations Attachment 4 � Provisions and Clauses Attachment 5 � Addenda to 52.212-1 Instructions Pendleton Attachment 6 � Addenda to 52.512-2 Evaluation Pendleton Attachment 7 - Provisions Fill-in Attachment 8 � PPI Questionnaire Attachment 9 � CAC Application Process-Pendleton Attachment 10 � KTR Work Surveillance Checklist � ICS Work Pendleton Attachment 11 � KTR Work Surveillance Checklist � Placement or Removal Empty ROB or VAC Box - Pendleton
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5962c535bbb41648478d9032e082e8b/view)
 
Place of Performance
Address: Camp Pendleton, CA, USA
Country: USA
 
Record
SN07530000-F 20250801/250730230058 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.