Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2025 SAM #8685
SOURCES SOUGHT

S -- SOURCES SOUGHT Regional HW Incineration

Notice Date
9/4/2025 10:28:37 AM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP450026-HW_Incineration
 
Response Due
9/18/2025 12:00:00 PM
 
Archive Date
10/03/2025
 
Point of Contact
Denna Crandall, Phone: 2699615540, Raymond Empie, Phone: 2699615034
 
E-Mail Address
Denna.Crandall@dla.mil, raymond.empie@dla.mil
(Denna.Crandall@dla.mil, raymond.empie@dla.mil)
 
Description
THE INTENT OF THIS REQUEST FOR INFORMATION/SOURCES SOUGHT IS TO: Identify qualified large businesses for the requirement described in the attached Performance Work Statement (PWS). Identify qualified small businesses, specifically 8(a), HUBZone, woman-owned, and service-disabled veteran-owned small businesses, for the requirement described in the attached Performance Work Statement. The intent of this Sources Sought is to identify capable small business that can perform with limitations on subcontracting. BACKGROUND: The industry-wide incineration backlog in the United States (U.S.) is affecting Disposition Services� (DS) ability to support our hazardous waste (HW) generators in managing their HW and meeting their Resource Conservation and Recovery Act (RCRA) 90-day storage requirements. This situation is resulting in our generators needing to submit multiple requests for extensions from their regulators. The objective of this Sources Sought announcement is to find potential contractors who can reliably remove incinerable or thermal treated waste when DS has no other options available to remove the waste to ensure generators do not need to request extensions to their storage limit. To meet this objective, DS will issue four regional solicitations for the removal, transportation, incineration or other thermal treatment, and final disposal of containerized RCRA HW, non-RCRA wastes, polychlorinated biphenyl wastes, state and non-state regulated wastes generated by U.S. Department of Defense (DoD) and U.S. Coast Guard installations. All services necessary for the collection, storage, processing, removal, transportation, final treatment, and disposal of waste shall be in accordance with all local, state, DoD, and Federal laws and regulations. The following are the regions that are anticipated to be solicited: West Regional HW Incineration Contract: AZ, CA, CO, ID, MT, NM, NV, OR, UT, WA, and WY. Northeastern Regional HW Incineration Contract: CT, DE, IL, IN, KY, MA, MD, ME, MI, NH, NJ, NY, OH, PA, RI, VA, VT, WI, WV, and Washington, D.C. Southeastern Regional HW Incineration Contract: AL, FL, GA, MS, NC, SC, and TN Mid-America Regional HW Incineration Contract: AR, IA, KS, LA, MN, MO, NE, ND, OK, SD, and TX The Federal Acquisition Regulation (FAR) 52.52.219-14 Limitations on Subcontracting Deviation states the Offeror/Contractor agrees to not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Contractors may be subject to a minimum $500,000 fine if awarded a contract with this clause and don�t meet the requirement. We have identified the majority of RCRA Treatment, Storage, Disposal Facilities (TSDFs) in the industry as large businesses. All TSDFs used during the performance of this contract must be approved and listed on the DS Qualified Facilities List: (https://www.dla.mil/DispositionServices/Offers/Disposal/HazardousWaste/HazWasteDisposal/)Given that there is a lack of small business ownership of TSDFs and that disposal costs make up a large portion of the contract dollar value, there is a reasonable probability that a small business would pay more than 50% of the cost of the contract to large businesses and not be eligible for award if a solicitation was issued as a small business set-aside. The Government will solicit proposals on Sam.gov and award four Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity Services Contracts for each region identified in this announcement. The contracts are anticipated to each have one 30-month base period followed by one 30-month option period. There is no solicitation available currently. Please do not submit pricing when replying to the Sources Sought. Attached are sample bid schedules and Performance Work Statements for review. IF YOUR FIRM IS CAPABLE OF PERFORMING THE REQUESTED SERVICES, WITHOUT THE LIMITATIONS ON SUBCONTRACTING, THE CAPABILITIES PACKAGE DETAILED BELOW IS NOT REQUIRED. In accordance with FAR 6.101(a), with certain limited exceptions, contracting officers shall promote and provide for full and open competition in soliciting offers and awarding Government contracts. If your firm would like to respond to this Sources Sought, but is unable to meet the limitations on subcontracting, please email [Email Address] with �SOURCES SOUGHT HAZ [LOCATION]� in the subject line, stating your firms� Notification of Interest (a capabilities package is not required). SUBMISSION REQUIREMENTS: Interested firms must demonstrate their ability to perform the requested services, described above, by submitting a brief capabilities package (no more than three pages in length, single-spaced, 12-point font minimum). This documentation shall identify, at a minimum: (1) Company name, office location(s), CAGE Code, and as applicable a statement identifying small business category and current status of the small business classification. (2) Relevant experience within the last five years, including any contract number(s), names of individuals responsible for the referenced contracts/projects, and current telephone numbers for those individuals; if you were a subcontractor, identify the work you performed as the sub-contractor; and (3) If a small business, a statement identifying your firm�s ability to perform in accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2021-O0008), as well as an explanation of how you would be able to comply with this requirement if you are a small business of any type considering the disposal requirements within the draft price schedule that is anticipated to be included in the contract; (note: large business respondents do not need to address this). (4) A listing of TSDFs your firm would use during the performance of this contract, identifying each TSDF as similarly situated or not as your firm. (5) A statement identifying your firm�s ability to perform in accordance with the timeframes listed in Section 7.0 of the draft PWS OR a statement identifying alternative performance timeframes for the government�s consideration. The submittal package must be emailed to Denna.Crandall@dla.mil with �SOURCES SOUGHT Regional HW Incineration� in the subject line. The submittal package must be received no later than 3:00pm EST on September 18, 2025. LATE RESPONSES WILL NOT BE ACCEPTED. Upon review of industry response to this Sources Sought, the Government will assess whether a set-aside acquisition is in the Government's best interest. If an unrestricted solicitation is issued, then the Class Deviation 2021-O0008 Limitations on Subcontracting would not apply. All responsible firms, including small businesses, are eligible to submit a proposal in response to an unrestricted solicitation. A response to this Sources Sought will not be considered an adequate response to any forthcoming solicitation announcement. The Government WILL NOT provide a debriefing on the results of the evaluation of responses provided to this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information requests. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2471847d13644ec299362797d74fc57e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07579218-F 20250906/250904230050 (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.