Amendment 3
In accordance with Executive Order 14173/Class Deviation 2025-O003 Restoring Merit-Based Opportunity in Federal Contracts, the following are not applicable to this future contract opportunity:
- FAR 52.222-21 Prohibition of Segregated Facilities
- FAR 52.222-24 24 Preaward On-Site Equal Opportunity Compliance Evaluation
- FAR 52.222-26 Equal Opportunity
All other terms and conditions remain unchanged.
End of Amendment 3.
Amendment 2
The amendment serves the purpose of answering questions received from interested vendors, updates the Price Schedule and PWS attachments, and updates the closing date to March 31, 2025.
All other terms and conditions of this solicitation remain unchanged.
Questions
1. PERFORMANCE WORK STATEMENT (PWS) / 7.0 STANDARD TIMES FOR WASTE REMOVALS AND PERFORMANCE OF SERVICES - Please consider changing the waste removal time frames for containerized from 20 business days to 30 business days and bulk waste from 5 business days to 10 business days? A new or unapproved profile bulk streams often require detained backup information from the generator, including analytical. This information must be reviewed by the disposal facility which can take several business days, especially when that disposal facility. In addition a lot of generators restrict access for pickups on business days. Adding additional days for standard removal would help with this concern.
Answer: These are the requirements identified by the customers serviced and will remain as written.
2. PERFORMANCE WORK STATEMENT (PWS) / l. Minimum TO charges – Please increase the minimum TO charges for “Remote” Sites to $10,000. The current $1500 doesn’t cover travel expenses.
Answer: The TO minimum charges will remain at $1,500.
3. PERFORMANCE WORK STATEMENT (PWS) / REMOTE SITES – The attached Attachment 3 Alaska Pick Up Locations.xls spreadsheet identifies pickup locations that are not readily accessible by normal travel/pickup means, and should be considered “Remote Pickups”. These sites including, but not limited to, Kodiak, Ketchikan, Sitka, Juneau, are currently considered local pickups. How will the contractor be reimbursed for the travel cost to send a team of chemists to these sites to label and load, sometimes only 2- 3 drums?
Answer: Apart from the Air Force’s remote sites, sites identified in the list of PUPs are accessible by public road, air, or barge, and the expenses to service such sites should be built into the unit price.
4. DLA needs to add separate Management Service CLINs to the Pricing Schedule to compensate the Contractor for the additional expenses incurred to service “remote” site pickups. This needs to include travel costs and man hours, not just Supplies/Equipment/Container reimbursement as specified under CLIN 6502MS.
Answer: Apart from the Air Force’s remote sites, sites identified in the list of PUPs are accessible by public road, air, or barge, and the expenses to service such sites should be built into the unit price.
5. As a concession to the above addition of Management Service CLINs for “Remote” pickups – please consider adding the following language into the contract. The Contractor shall provide all shipping documents, including labels at least five (5) business days prior to scheduled removal date. Generator to Inventory and label and load waste, sign manifests and capture copies. Contractor to provide all transportation and coordination with subcontract haulers.
Answer: We are unable to accommodate this request at this time.
6. Clause 3.31 references PREPARATION OF BIENNIAL REPORT – CLIN 6502BB. – This CLIN is not on the Price Schedule – Please add.
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
7. CLIN 6502MS – references 3.31 which is PREPARATION OF BIENNIAL REPORT – CLIN
6502BB. This clause is not applicable. Please clearly define the SOW in reference to CLIN 6502MS.
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
8. 3.35 AIR TRANSPORTATION OF WASTE FROM USCG SITES– CLINs 6061DH AND 6061NM
– These CLINs are not on the Price Schedule – Please add.
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
9. 3.36 TRANSPORTATION OF 20’ CARGO TRANSPORT UNIT (CTU) – CLINs 6062DH-6063NM – These CLINs are not on the Price Schedule – Please add.
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
10. 3.37 OVER THE WATER BULK LIQUID PUMPING – CLINs 6384DH, 6384JU, 6384NM, 6391ET, AND 6391ES – These CLINs are not on the Price Schedule – Please add.
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
11. 3.37 OVER THE WATER BULK LIQUID PUMPING – Who is currently providing this service at the following locations Dutch Harbor, Juneau, Nome?
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
12. 3.37 OVER THE WATER BULK LIQUID PUMPING – a. When CLIN 6384DH (Dutch Harbor), 6384JU (Juneau), or 6384NM (Nome) is ordered, the Contractor is required to respond 24/7 for the vacuuming/pumping/transferring (over water) of bulk liquid waste from cutters located at Dutch Harbor, Juneau, or Nome. This SOW appears to be above and beyond DLA’s standard Hazardous Waste Removal and should be its own separate contract?
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
13. Section 2.1, paragraph f, states “…The Contractor will not be authorized payment until all required Certificates of Disposal/Destruction (CD) or Recycling are received by the COR and Generator that ordered the certification." However, Section 8.2, paragraph a, states that “Except for regulated PCBs and DEMIL required TOs, for purposes of payment only, all disposal/recycling CLINs are considered disposed/recycled on the date the items are accepted by the first, properly permitted, qualified TSDF/Recycler…”. Please clarify, if a contractor submits a complete and acceptable invoice package for a TO, excluding regulated PCBs and DEMIL required TOs, will the Government pay the invoice prior to the contractor providing CDs to the COR and generator for CLINS requiring a CD? Or will payment be withheld until those CDs have been received by the COR and generator?
Answer: Applicable CDs must be provided to receive payment. Payment will be withheld until all applicable documentation has been received and approved.
14. CLINS from PWS Sections 3.35, 3.36 and 3.37 are not included on Attachment 2 Alaska Price Schedule MS Excel file. This includes CLINS 6061DH, 6061NH, 6062DH, 6063NM, 6384DH, 6384JU, or 6384NM. Will these be added for the RFP or priced on an as needed basis after contract award?
Answer: The language in the PWS has been removed and this is not a portion of the requirement.
15. Will the Government consider milestone-based partial payments, such as issuing 80% payment upon waste arrival at the TSDF? Obtaining the CD can take upwards of six months or more, and requiring a complete invoice package, including the CD, before payment may impose a significant financial burden on contractors. This, combined with the additional time required for Government payment processing after invoicing, can result in a payment delay upwards of six months to a year from the date waste is removed from the installation.
Answer: No, payment will be at once in full. DLA acknowledges the additional burden associated with obtaining CDs. Regulated PCBs, Demil-property, waste requiring a CD within the CLIN description, or waste ordered in conjunction with a 6503 CLIN shall be placed on standalone TOs to minimize the financial burden on the contractor.
16. In reference to 3.20 of the PWS relating to CLIN 1083SV, will the Contractor be required to provide their own Confined Space Rescue Team or will the Government provide that Team and their services should it become necessary?
Answer: Government 911 assistance is available in the event of an emergency.
17. 1.2.11 (f) on page 31 has the paperwork submittal deadline for 1097SV 5-Business Day Expedited Removal/Performance as 4 business days prior to removal performance, allowing only 1 day to prepare and submit. We just want to confirm this isn’t a typo since the 3-day expedited service allows 2 days prior to removal, and the 10-day expedited service allows 5 days. Section 7.1 has the same deadline for the 5-day expedited removal. Please advise.
Answer: The PWS is correct as written. The five (5) business day expedite requires paperwork submission four (4) business days in advance.
18. In regard to CLINs PF51 – Can you please provide a picture of the, “Cart-mounted models will have a tank and cart frame with possible attachments including wheels, hoses, and other accessories.”
Answer: Please see attachment “Picture1” for an example of what might get turned in as a cart-mounted AFFF device. Other cart-mounted devices may be turned in under these CLINs, as well
19. CLIN PF51 states AFFF Fire Extinguishers, cart-mounted, containing pressurized liquid with varying PFAS formulations. Non-RCRA. However, Clause 2.4’(e) states, … “No compressed gas cylinders will be attached.” Please clarify if compressed gas cylinders are attached?
Answer: PF51 may contain pressurized liquids, but no compressed gases. No compressed gases will be attached.
***End of Amendment 2***
Amendment 1
The amendment serves the purpose of updating file "Attachment 1 Alaska PWS" to the proper version.
All other terms and conditions of this solicitation remain unchanged.
_________________________________________________________________________________________________
Combined Synopsis/Solicitation SP450025R0007 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 Alaska 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 SP450025R0007 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 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 April 2025 to September 2027 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 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 24, 2025. Proposals shall be emailed to Michael.Mamaty@dla.mil and Hazardouscontractswest@dla.mil.
(xvi) Offerors must submit all questions regarding this solicitation in writing via email to Michael Mamaty at Michael.Mamaty@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.