Amendment 00001
The purpose of Amendment 00001 is to answer 1 question received by an interested vendor and upload answer as attached document: Sol Questions and Answers.
The purpose of Amendment 00001 is to also attach DLA Form 2507 Facility Application and DLA Form 2503 Transporter Application.
There are no other changes to this solicitation at this time.
**********************************************************
Combined Synopsis/Solicitation SP450024R0020 has been prepared in accordance with the procedures in FAR 12.603. Work will consist of 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 Poly-fluoroalkyl Substances (PFAS) located on or around military installations or within a 50-mile radius of any pickup point listed on this contract in the states of Connecticut, Massachusetts, Rhode Island, and Fishers Island, New York.
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 FAR 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 SP450020R24R0020 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 2024-06, effective 29 August 2024.
(iv) This acquisition is being issued as a competitive 8(a) set-aside; the associated NAICS code is 562211; the small business size standard is $47M. Only offer/ proposals from current qualified 8(a) small businesses will be accepted.
(v) See attachment 1 (Price Schedule) for the list of line-item services/ supplies, quantities, and units of measure for both the BASE Period and OPTION Period.
(vi) See attachment 2 (Performance Work Statement -PWS) for description of the requirements (Note Section 6.4 for Contractor Representative information is to be provided with the contractor’s proposal submission).
(vii) The contract is anticipated to have a 30-month BASE period, with a follow on 30-month OPTION period with anticipated start date of 3 FEB 2025. Pickup point addresses for waste removals and other required services are identified in attachment 3 (Pickup and Service Locations). All freight is FOB DESTINATION.
(viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See addenda to FAR 52.212-1 Enclosure A.
(ix) The provision at FAR 52.212-2, Evaluations – Commercial Products and Commercial Services, applies to this acquisition. See addenda to FAR 52.212-2 Enclosure B for specific evaluation criteria.
(x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Services. See attachment 8 Offeror Representations and Certifications and 6-4 PWS Information.
(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.
(xiii) Additional contract terms and conditions can be found for this solicitation are to be found in Attachment 9-9 FAR/ DFARS clauses.
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable.
(xv) Proposal is due to primary contact (jose.acevedo@dla.mil) 30 calendar days from date of distribution of this solicitation. Due date will be noted in the distribution email. If more time is needed, the contractor should advise within 10 calendar days of receipt of the solicitation package.
(xvi) Offeror will submit questions regarding this solicitation in writing via email to jose.acevedo@dla.mil within 10 calendar days of distribution of this solicitation. Questions received after that time may not receive an answer.
SP450024R0020 External Documents:
Attch 1 Price Schedule
Attch 2 Performance Work Statement (PWS)/Description of the Requirement
Attch 3 Pick-Up and Service locations (PuPs)
Attch 4 ICS Contractor Work Surveillance Checklist
Attch 5 ROB Contractor Work Surveillance Checklist
Attch 6 Invoice DLA Form 2505_v02Jan24
Attch 7 CAC Application Process
Attch 8 Offeror Representations and Certifications and 6-4 PWS Info
Attch 9 FAR/ DFARS clauses
Attch 10 Past Performance Information (PPI) Questionnaire
ENCLOSURE A
ADDENDA TO 52.212-1, INSTRUCTIONS TO OFFERORS
DLA DISPOSITION SERVICES ELECTRONIC PROPOSAL GUIDANCE
You must submit your offer/quote via email. Offers or quotes submitted in paper form are unacceptable and will be returned. You must submit your electronic proposal and any supplemental information (such as spreadsheets, backup data, and technical information), using any of the following acceptable electronic formats: files readable using these Microsoft Office® Products: WORD, EXCEL, POWERPOINT, or ACCESS; spreadsheets must be sent in a file format that includes all formulas, macro and format information (scanned document that cannot show the calculations is not acceptable); files in Adobe® PDF (Portable Document Format); files in HTML (Hypertext Markup Language), HTML documents must not contain active links to live Internet sites or pages, all linked information must be contained within your electronic offer and be accessible offline.
Other electronic formats – before preparing your offer/quote in any other electronic format, you must send an e-mail to the Primary Point of Contact (POC) listed for this Contract Opportunity to obtain a decision as to the format’s acceptability. This e-mail must be received by the POC no later than seven calendar days before the closing date. Failure to e-mail the POC within this timeframe to seek an alternate format’s acceptability may result in rejection of your submission. All alternate methods must be at no cost to the Government.
The subject line of the e-mail(s) containing your proposal must read “OFFER– [solicitation number], COMPANY NAME, CLOSES [closing date].”
Maximum size of each e-mail message shall be five megabytes. You may use multiple e-mail messages for each submission; however, you must annotate the subject lines as described above for each message, and number them in this manner: “Message 1 of 3, 2 of 3, and 3 of 3.” DLA DISPOSITION SERVICES cannot guarantee the security of the offer; offers are submitted at the Contractor’s risk.
Late rules are outlined in FAR 52.212-1(f). Pay particular attention to the provisions that relate to the timing of e-mail submissions.
Security Note: If you choose to password-protect your offer, you must provide the password to DLA DISPOSITION SERVICES before the closing date. Contact the Primary Point of Contact listed for this Contract Opportunity to arrange a means of providing it.
See FAR 15.207(c) for a description of the steps the Government will take with regard to unreadable offers.
Offerors shall make every effort to ensure that their submission is virus-free, due to information technology security software currently in use which may block transmission of messages/proposals if the email or attachment(s) contain anything that is suspected of containing viruses or malicious content. Offerors are cautioned to contact the Contracting Officer to verify receipt of their proposal well before the time due for bids, in order to allow time for alternate means of transmission, if needed. Offerors remain responsible for ensuring proposals are received by the Contracting Officer before the specified time, and extensions will not be granted in the event a particular offeror’s proposal is found to have been blocked. Submissions (or portions thereof) submitted which DO reflect the presence of a virus, or which are otherwise rendered unreadable by damage in either physical or electronic transit, will be treated as “unreadable.”
PROPOSAL SUBMISSION FORMAT AND CONTENT – HAZARDOUS WASTE DISPOSAL SOLICITATIONS
The following describes the information which must be furnished as part of the proposal and the format in which it must be presented. Proposals which do not provide the required information in the prescribed format may be excluded from further consideration.
(a) The subject line of the email(s) submitted must read, “OFFER SP450024R0020, COMPANY NAME, DUE 30 OCT 2024”. The maximum size of each email, including all attachments, shall not exceed 5MB. You may use multiple email messages; however, you must annotate the subject lines in this manner: “Message 1 of 3, 2 of 3, and 3 of 3.”
(b) FORMAT: Proposals shall be submitted in distinctly severable parts consisting of the following volumes: Volume I thru Volume II. Electronic proposal submissions shall consist of one copy, with separately titled files for each volume, as follows:
- VOLUME I: Proposal Certifications and Price Schedule
- VOLUME II: Past Performance Information
(c) MINIMUM CONTENT:
- VOLUME I – Proposal Certifications and Price Schedule shall contain, but not be limited to:
- The name, CAGE, address, and telephone number of the offeror with a statement specifying the extent of agreement with all terms, conditions, and provisions included in solicitation SP450024R0020 (in accordance with Submission requirements of 52.212-1(b);
- The required contact information for Contractor’s Representative (e.g., name, title, telephone number, email address, etc.);
- If applicable, acknowledgment of any amendments.
- The completed schedule of prices for each period of performance (i.e-BASE & OPTION), Attachment 1;
- The completed following information found in attachment 8:
- Provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (if any changes applicable to this solicitation exist for the offeror’s www.sam.gov registration).
- Provision 52.209-7, Information Regarding Responsibility Matters.
- Provision 52.222-22 Previous Contracts and Compliance Reports.
- Provision 52.229-11, Tax on Certain Foreign Procurements-Notice and Representation.
- DLA Disposition Services - Contractor Representative, PWS Section 6.4; Attachment 8
- VOLUME II – Past Performance Information shall contain the following:
- Identify references that may be returning the PPI Questionnaire on your behalf.
BASIC AND OPTION PERIOD UNIT PRICING
(a) Offerors are cautioned against offering more than one price, a range of prices, or a split bid with respect to any contract line item and are advised that, for purposes of this procurement, DLA Disposition Services will consider any such method of pricing to be a material deviation from the bid schedule and/or a nonconforming proposal that will be excluded from further consideration. Offerors must list only one price for any individual CLIN in any single contract period. NOTE: Zero ($0.00) unit pricing will NOT be accepted.
(b) Unit prices which exceed two (2) digits right of the decimal will be subject to standard rounding conversion as described below.
(c) Standard Rounding Conversion – Rounding up means to increase the terminating digit by a value of 1 and drop off the digits to the right. If the next place beyond the terminating decimal is greater than or equal to five (5), the number will be rounded up. For example, 5.438 will be rounded up to 5.44. If the number to the right of the terminating decimal place is four or less (4, 3, 2, 1, 0), the number will be rounded down. This is done by leaving the last decimal place as it is given and discarding all digits to its right. For example, 6.734 will be rounded down to 6.73.
PAST PERFORMANCE INFORMATION (PPI) PROPOSAL INSTRUCTIONS
(1) The offeror shall provide PPI for up to 3 contracts where they were the prime or a subcontractor performing the same or similar services within the last 2 years. Within the three-contract limit, the contractor can also provide principal subcontractor past performance.
(2) For each contract, provide: a valid name and telephone number, contract number, contract type, dollar value, contract award date and completion date, description of work performed, and name and e-mail address of a point of contact. If submitting a contract performed as a subcontractor, include information on the extent of the work performed in relation to the contract as a whole. The description of work performed for each contract shall be in sufficient detail to explain how it is the same or similar to the requirements of the instant solicitation in areas such as number of pickup locations, complexity, scope, and magnitude of the services to determine the relevancy of the referenced work. Additionally, if performance deficiencies occurred, the offeror shall identify what the deficiencies were and detail what corrective action they took, if any. Offerors may meet these requirements by including a completed page 2 of the questionnaire within Volume II of their offer.
(3) If an offeror elects to provide principal subcontractor past performance, the offeror shall provide the principal subcontractor’s consent allowing the Government to disclose negative past performance information to the offeror.
(4) The Government will evaluate up to three contracts submitted by the offeror. If an offeror identifies more than three contracts in its past performance proposal, the Government will evaluate the first three contracts in the order listed in the offeror’s past performance proposal. Current or past contracts with Defense Logistics Agency (DLA) Disposition Services will not be used for evaluation unless they are identified in the past performance proposal (See II (2) of “Addenda to FAR 52.212‐2 Evaluation,” Evaluation of Past Performance, for exception of using PPI for contracts not identified).
(5) Attachment 10 contains a PPI questionnaire that is used to evaluate an offeror’s past performance. The offeror shall provide the PPI questionnaire in Attachment 10 to the past performance reference for contracts it identifies in its proposal. The past performance reference must independently submit the completed PPI questionnaire to the point of contact listed in the solicitation for submittal of offers prior to the closing date of the solicitation. A completed PPI questionnaire for a reference is not required for any DLA Disposition Services Hazardous Waste Disposal contract that is included in an offeror’s past performance proposal. The Government will not consider in an offeror’s evaluation any completed PPI questionnaire received after the date offers are due or directly from the offeror for that reference in the past performance evaluation unless the Government has other past performance data readily available (See II (2) of “Addenda to FAR 52.212‐2 Evaluation,” Evaluation of Past Performance) to evaluate the reference. Offerors are responsible for ensuring their references submit PPI questionnaires directly to the point of contact listed in the solicitation for submittal of offers; the Government will not be contacting references to obtain a questionnaire/survey on behalf of the offeror.
(6) The submission of a past performance Volume II is required from all offerors. If offerors do not have any past performance, they must at least identify a Volume II in their proposal and state they do not have any past performance to provide. Otherwise, they may be considered non-responsive and excluded from the competition. If the Government only receives a completed PPI questionnaire from a past performance reference and there is no information in an offeror’s proposal regarding that reference, the reference will not be evaluated or considered as a reference for the offeror’s past performance proposal.
PERIOD FOR ACCEPTANCE OF OFFERS
52.212-1(c) is revised as follows: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of initial offers.
ENCLOSURE B
ADDENDA TO 52.212-2, EVALUATION -COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
(a) 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, price and other factors considered. The following factors shall be used to evaluate offers (listed in descending order of importance):
- PRICE- As provided in offeror’s proposal. The offeror’s price schedule will be compared with the Fair Market Price. If the offerors price/prices exceed the FMP, the government reserves the right for negotiations with the offeror.
- TECHNICAL CAPABILTY- The offeror’s response to the requested company synopsis cited in paragraph (c) of Evaluation Factors.
- PAST PERFORMANCE- As cited in paragraph (d) of Evaluation Factors.
IAW FAR 15.304 Technical capability and past performance, when combined, are equal factors compared to price.
(b) Options. The Government will evaluate the offer for award purposes by adding the total price for all options to the total price for the basic requirement. The total evaluated price will be for the base period and any option periods, plus an additional 20% of the value of the last priced performance period in the bid schedule. This additional sum is for evaluation purposes only to address the possible use of FAR 52.217-8, Option to Extend Services, for a period not to exceed 6 months. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Please note that if the 52.217-8 option is exercised, the applicable unit prices for the option will be the same as the immediately preceding period of performance. Therefore, if the option under FAR 52.217-8 is exercised prior to the end of the base period, the unit prices from the base period will be used during the extension period. If the option under FAR 52.217-8 is exercised prior to the end of any option period, the unit prices from the applicable option period will be used during the extension period.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(end of provision)
Be advised IAW FAR 52.212-1(g), the Government intends to evaluate offers and award a contract without discussion with offeror, therefore, the offeror’s proposal should contain its best pricing. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
EVALUATION FACTORS
- Fair Market Price (FMP): The offeror’s price schedule will be compared with the Fair Market Price. If the offerors price/prices exceed the FMP, negotiation will occur.
- Options
(i) The Government will evaluate the offer for award purposes by adding the total price for all options to the total price for the basic requirement. The total evaluated price will be for the base period and any option periods, plus an additional 20% of the value of the last priced performance period in the bid schedule. This additional sum is for evaluation purposes only to address the possible use of FAR 52.217-8, Option to Extend Services, for a period not to exceed 6 months.
(ii) Please note that if the 52.217-8 option is exercised, the applicable unit prices for the option will be the same as the immediately preceding period of performance. Therefore, if the option under FAR 52.217-8 is exercised prior to the end of the base period, the unit prices from the base period will be used during the extension period. If the option under FAR 52.217-8 is exercised prior to the end of any option period, the unit prices from the applicable option period will be used during the extension period.
(iii) The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
- Respondent’s technical capability: Removal, transport and disposal of hazardous waste requires specific permits/ licensing in removal, transport and disposal of hazardous waste with current commercial customers/ accounts. General description of company owned assets used in commercial hazardous waste removal. General description of other business sectors the respondent company may be involved (i.e.- residential waste disposal, industrial water blasting, etc).
- Past Performance: The Government will conduct a Performance Confidence Assessment for each offeror based upon submitted current relevant PPI as it relates to the expectation of the offeror being able to successfully perform the requirement.
-
- There are two aspects to this evaluation:
- The determination of relevance to this solicitation in scope, magnitude, and complexity.
- How well the offeror performed on its contracts. Past performance will be rated on an adjectival scale. Thus, an offeror with a higher confidence assessment rating for past performance will have a higher expectation of meeting the solicitation requirements than a firm with a lower confidence assessment rating.
- The Government’s subjective evaluation of the overall quality of an offeror’s submitted PPI will be a factor in determining the relative merits of that offeror’s proposal and in selecting for award an offeror whose proposal is considered the best value to the Government.
- In addition to using independently submitted and timely questionnaires received in evaluating past performance, the Government may consider information in the offeror’s proposal using readily available information obtained from other sources, including but not limited to the Contractor Performance Reporting System (CPARS), DLA Disposition Services personnel administering DLA Disposition Services contracts, past and present customers and their employees, other government agencies, including state and local agencies, consumer protection organizations and better business bureaus, former subcontractors, and others who may have relevant information. The Government may also consider negative information for contracts that are not included in the offeror’s past performance proposal if it is determined that the offeror did not identify that contract due to performance problems and/or the contract was for hazardous waste disposal services with the same or similar requirements as the solicitation within the last 2 years.
- Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. This is a matter of judgement. Offerors will be given an opportunity to address especially unfavorable reports of past performance, and an offeror’s response, or lack thereof, will be taken into consideration.
- In the case of an offeror without an identifiable record of past performance or for whom information on past performance is unavailable and/or a corresponding PPI questionnaire was not independently received by the Government before the date offers are due, the offeror will not be assessed either favorably or unfavorably on Performance Confidence, as the degree of confidence known to the Government cannot be adequately determined and is therefore unknown.