Amendment 01
Amendment 01 is issued to provide answers to questions received.
Please refer to Attachment 4 - SP451025Q1048_Q&A
==========================================================================
CONTRACT TITLE
Solid Waste Removal, Pearl Habor, HI
DISCRIPTION
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice and Subpart 13.5, “Simplified Procedures for Certain Commercial Products and Commercial Services”.
The solicitation number is SP4510-25-Q-1048 and is being issued as a request for quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effort through Federal Acquisition Circular 2025-03, effective 03 January 2025. See attached Performance Work Statement and applicable provisions and clauses.
This is a 100% set-aside for small businesses for Solid Waste Removal Service at DLA Disposition Services - Pearl Harbor site (Pearl Harbor, HI). The associated North American Industrial Classification (NAICS) code for this procurement is 562111, with a small business size standard of $ 47.0 million and the requirement will result in one (1) base period plus four (4) 12-month option year periods of performance for a Firm Fixed Price contract. The total contract length shall not exceed five (5) years.
BACKGROUND
The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of the Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.
In order to accomplish this mission, DLA Disposition Services is seeking to have solid waste removal on site in accordance with the attached Performance Work Statement (Attachment 1) at DLA Disposition Services - Pearl Harbor site (Pearl Harbor, HI).
This requirement is a Firm Fixed Priced contract. Pricing must be Fixed Price for the entirety of services quoted.
• All questions related to this acquisition shall be submitted via email to june.lee@dla.mil and are to be received no later than 03:00 PM EST 05 August 2025.
• All questions will not be answered via telephone.
• All questions that occur after the cut-off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote.
• Quotes shall be submitted via email to june.lee@dla.mil. All quotes and additional required documentation are to be received no later than 03:00 PM EST 12 August 2025.
INSTRUCTIONS TO OFFERORS
FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023)
Attention should be noted to FAR 52.212-1(f), concerning late submissions. Offerors bear the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include:
(1) The price schedule (Attachment 2) is attached and Offerors shall return a filled-out price schedule as their official quote offering.
(2) All offerors shall submit details of their ability (technical capability statement) to perform this requirement, up to and including equipment, personnel, and personnel's ability to gain access to the requesting location. All prices will be evaluated for quoted price and technical acceptability of performance. The detailed specifications shall be complete to verify that all characteristics are met in accordance with requirements in the PWS (Performance Work Statement)
(3) Offerors shall provide the applicable CAGE code and UEI number with their price submission. The information located in FAR 52.212-3 ALT 1 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.
(4) Site Visits are not being supported for this action in advance of the response deadline.
EVALUATION
FAR 52.212-2: Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price technically acceptable).
* Note that a Reverse Auction under this action is possible per applicable DLA coverage, with that coverage/instructions to be provided if a Reverse Auction is utilized. Firm’s submitting proposals under this action agree to participate in the Reverse Auction if it occurs and acknowledge it as a possible negotiation tool being used by the Government under this action, though note that this does not mean firms are required to lower their submitted prices if they choose not to.
The following contract provisions and clauses apply to this acquisition
52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020)
52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I (NOV 2021)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-7 System for Award Management (OCT 2024)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
52.204-17 Ownership or Control of Offeror (AUG 2020)
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
52.204-20 Predecessor of Offeror (AUG 2020)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
52.204-26 Covered Telecommunications Equipment or Services—Representation (OCT 2020)
52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025)
52.209-7 Information Regarding Responsibility Matter (OCT 2018)
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (FEB 2024)
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (NOV 2023)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JAN 2025)
52.216-18 Ordering (AUG 2020)
52.216-19 Order Limitations (OCT 1995)
52.216-22 Indefinite Quantity (OCT 1995)
52.217-5 Evaluation of Options (JUL 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not oblige the Government to exercise the option(s).
(End of provision)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 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 5 years.
(End of clause)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28 Post-Award Small Business Program Representation (JAN 2025)
52.222-3 Convict Labor (JUN 2003)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (AUG 2018)
52.222-50 Combating Trafficking in Persons (NOV 2021)
52.222-54 Employment Eligibility Verification (JAN 2025)
52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022)
52.223-23 Sustainable Products and Services (MAY 2024)
52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (JUN 2020)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-3 Protest after Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
252.201-7000 Contracting Officer's Representative (DEC 1991)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)
252.204-7003 Control of Government Personnel Work Product (APR 1992)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)
252.204-7016 Covered Defense Telecommunications Equipment or Services — Representation (DEC 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)
252.215-7008 Only One Offer (DEC 2022)
252.225-7048 Export-Controlled Items (JUN 2013)
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023)
252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.246-7003 Notification of Potential Safety Issues (JAN 2023)
252.246-7008 Sources of Electronic Parts (JAN 2023)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.223-20 Aerosols (MAY 2024)
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (DEC 2016)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
52.252-5 Authorized Deviations in Provisions (NOV 2020)
52.252-6 Authorized Deviations in Clauses (NOV 2020)
252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024)
252.244-7000 Subcontracts for Commercial Items (NOV 2023)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023)
252.204-7022 Expediting Contract Closeout (MAY 2021)
252.211-7003 Item Unique Identification and Valuation (JAN 2023)
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)
252.225-7001 Buy American and Balance of Payments Program--Basic (JAN 2023)
252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022)
252.225-7012 Preference for Certain Domestic Commodities (APR 2022)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (JUN 2023)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)
252.243-7002 Requests for Equitable Adjustment (DEC 2022)
252.247-7023 Transportation of Supplies by Sea—Basic (JAN 2023)
DLAD:
5452.233-9001 Disputes – Agreement to Use Alternative Dispute Resolution (ADR) (JUN 2020)
C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)
C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2023)
L06 Agency Protests (DEC 2016)
L09 Reverse Auction (OCT 2016)