02/25/2025
Ammendment A0001 to solicitation. RFI for Hazmat materials located at Sector. St. Petersburg:
Q: provide Safety Data Sheets (SDS) and any available pictures of the waste containers for reference. This information will help ensure accurate compliance with disposal and handling requirements.
A: See below for the common waste streams we have here at Sector St. Petersburg. We may have a few outliers (uncommon waste streams) here and there that will need disposing of. As for SDSs, we have too many to send in an email and they are all printed.
I am also including pickup frequencies we have with our current contractor. We would like to stick with this scheduling.
Monthly:
- Aerosol Cans
- Batteries (Alkaline)
- Batteries (Lead-Acid)
- Batteries (Lithium-Ion)
- Batteries (Lithium-Metal)
- Batteries (Cadmium)
- Compressed Gas Cylinders
- Empty Containers
- Waste Fuel Filters
- Waste Fuel
- Hazardous Materials (Expired)
- Household Hazardous Waste
- Paint and Paint-Related Materials (Oil and Solvent-Based)
- Parts Washer/Weapons Cleaner Solvent (Spent)
- Rags, Oily
- Used Oil (110gal Storage Capacity)
- Used Oil Filters
Quarterly:
- Used Lamps (Light-Emitting Diodes)
BI-Annually:
- Used Antifreeze (300gal Storage Capacity)
Monthly Vac Truck Services):
- Bilge Water (2520gal Storage Capacity)
Outliers
- Aqueous Film-Forming Foam (AFFF)
- Pyrotechnic Flares
- Blasting Grit
- Pesticides
- Printer Cartridges
- Rags, Solvent
- Tires
- Pool Cleaners
- Waste Dreager Tubes
Types of containers we will request replenishing:
- Cubic-Yard Boxes on pallet
- 55-Gal Metal Drum (w/ open head)
- 55-Gal Polyurethane Drum (w/ open head and non-open head)
- 30-Gal Polyurethane Drum (w/ open head and non-open head)
- 16-Gal Polyurethane Drum (w/ open head and non-open head)
- 5-Gal Polyurethane Container (w/ non-open head)
This combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is advertised as a Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued.
The solicitation number is 70Z028-25-Q-000039. Applicable North American Industry Classification Standard (NAICS) codes are:
562112 Hazardous Waste Collection, Standard size in Millions ($47)
This requirement is for a firm fixed price service contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price, Technically Acceptable.
When submitting your proposals, request a price breakdown of the following:
- Cost of labor and materials used for hazmat removal and disposal
Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit. Cost and Past Performance factors will also be considered when selecting the award. Vendors shall submit past performance documents along with documents showing certification of personnel to pick up and dispose of hazardous materials.
Anticipated award date: 5 business days after close of solicitation, OOA 21 March 2025
Quotes are to be received no later than close of business EST (3 p.m.) on 14 March 2025. Quotes can be submitted via e-mail to Jerry.Lopez@uscg.mil
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in SAM.GOV
Wage determinations: To be determined.
SCOPE OF WORK: Contractor to provide all labor, supervision, materials and equipment required to pick up and dispose of hazardous materials from Coast Guard Sector St. Petersburg, FL, Per attached SOW
Period: Performance of work is expected to commence within 5 days after the award. This award will be a base plus 3 option years.
52.217-9 Option to Extend the Term of the Contract
The Government may extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __60___ days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
Geographical range:
Price Range: NTE
Performance Base Period: ARO through March 31st 2026.
Site visit: For any questions with regards to the requirements within the Statement of Work, please contact Chief Warrant Officer Nathan Finley, 727-824-7586. Email: Nathan.A.Finley@uscg.mil
52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (March 2023)
52.212-3 Offeror Representations and Certifications -- Commercial Items (Dec 2022)
52.212-4 Contract Terms and Conditions—Commercial Items (June 2022)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2023)
52.222-41 Service Contract Labor Standards (Aug 2018)
Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 pm) No weekends or Holidays authorized.
See attached applicable FAR Clauses by reference.
Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
Request Company’s tax ID information and Unique Entity ID (UEI).
Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award.