SOLICITATION NOTICE
S -- 25R10 Sasebo Hazardous Waste Removal and Disposal
- Notice Date
- 2/13/2025 1:55:49 PM
- 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
- SP450025R0010
- Response Due
- 4/7/2025 12:00:00 PM
- Archive Date
- 04/22/2025
- Point of Contact
- Denna Crandall, Phone: 2699615540, Kayla DesVoignes, Phone: 2699615543
- E-Mail Address
-
Denna.Crandall@dla.mil, kayla.desvoignes@dla.mil
(Denna.Crandall@dla.mil, kayla.desvoignes@dla.mil)
- Description
- Sasebo Solicitation 25R10 � Amendment 0001 is issued: To Answer submitted questions Q1. Attach 1_Sasebo PWS Rev120924 9.0 CONTRACT MINIMUM/MAXIMUM Paragraph states ""The maximum shall be 125% of the estimated value of the contract."" However, this statement is not clear. It would be appreciated if you could advise us on the maximum contract value, preferably in concrete figures. A1. There is no maximum contract value � in concrete figures � to share at this time as this number will be calculated once the award value is determined. (The winning offeror�s price multiplied by 125%.) Q2&3. Notice on SAM.GOV (vii) Paragraph states ""The contract is anticipated to have a 30-month base period from October 2025 to November 2027"". However, there seems to be an inconsistency between ""30-month"" and ""October 2025 to November 2027"", when calculating the number of months. Paragraph states ""a 30-month option period from November 2027 to May 2030"". However, there seems to be an inconsistency between ""30-month"" and ""November 2027 to May 2030"", when calculating the number of months. It would be appreciated if you could clarify this inconsistency. A2&3. Apologies for the discrepancy in the posting for the base and option periods of performance. The periods of performance are estimated to be: Base: June 1, 2025 to November 23, 2027; Option: December 1, 2027 to May 31, 2030. Q4. Attach 6_PPI Questionnaire?Page1; Page1 of Questionnaire requires ?Offeror Firm DUNS, however, it is our understanding that the DUNS Number has been removed from SAM.GOV and is no longer used. It would be appreciated if you could confirm and revise the Questionnaire, as necessary. A4. Thank you for pointing out this oversight. The questionnaire has been updated to replace DUNs with EIN. See the new Attachment 6 dated 02/13/2025. Extend the Solicitation response due date for one month from March 6, 2025, at 3:00PM EST, to Monday, April 7, 2025, at 3:00 PM EST. All other terms and conditions remain unchanged. Positive acknowledgement of this amendment should accompany submission package. Combined Synopsis/Solicitation SP450025R0010 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i?xvi). Work requires the selected contractor to provide expertise, management and all services required to arrange the removal, transportation, storage, disposal (or recycling) of hazardous wastes generated by United States (U.S.) Department of Defense (DoD) installations in and around the Sasebo, Japan area identified in the pickup point attachment (Attach 8). Additional removal locations within the region may be added at any time throughout the duration of this contract as needed, and at no additional cost to the U.S. Government (USG). 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 SP450025R0010 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 2025-03, effective January 17, 2025. (iv) This acquisition is being issued as Full and Open Competition; the associated NAICS code is 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 November 2027; and a 30-month option period from November 2027 to May 2030. 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 March 06, 2025. Proposals shall be emailed to Denna.Crandall@dla.mil and hazardouscontractswest@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Denna Crandall at Denna.Crandall@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. * SP450025R0010 ATTACHMENTS and OTHER DOCUMENTS: Attach 1_ PWS Attach 2_ Sasebo Price Schedule Attach 3_Additional Contract Terms and Conditions Attach 4_Addenda to 52.212-1 Instructions to Offerors Attach 5_Addenda to 52.212-2 Evaluation Attach 6_ Past Performance Questionnaire Attach 7_Pickup locations Attach 8_Sasebo SP450020D0016 Usage Report
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b06f5a101a274d3cb41478991c4188f0/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN07342055-F 20250215/250213230032 (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 |