This amendment responds to inquiries regarding the addition of Contract Line Item Numbers (CLINs) in the previous amendment
SP450025R1003 – North Carolina Regional
***AMENDMENT 5***
To facilitate the Government's best interests and maximize proposal submissions, the solicitation deadline is hereby extended to September 5th at 12:00 PM EST.
***AMENDMENT 4***
This amendment is issued to update Section 1.3.1, Return of Shipping Documentation, of the Performance Work Statement (PWS) due to revised Environmental Protection Agency (EPA) regulation requirements. The updated PWS is attached to this combined synopsis/solicitation.
This change does not affect the solicitation closing date. The solicitation will continue to close on September 2nd at 12:00 PM Eastern Standard Time (EST). No extension to the response deadline will be granted.
***AMENDMENT 3***
Due to the number of questions asked during the site visits, the government is extending the solicitation deadline to September 2, 2025 at 12 PM EST
The following solicitation questions were received by email and include the respective government responses:
QUESTION: We are working on a proposal for solicitation SP4500R10003. As we requested, we reached out to several of our current contract contacts to fill out the vendor evaluation form. Despite receiving positive feedback on our performance, there is hesitancy to fill out an official form on our behalf. In light of this, could our proposal be considered with a list of references and their contact information in lieu of the official documentation?
RESPONSE: Yes, your proposal will be considered and evaluated in accordance with the solicitation. However, please note that any external past performance references that are not received independently from the reference itself will not be considered for past performance evaluation purposes. If no past performance reference information can be considered, a company’s proposal will still be considered for award but may receive a “neutral” past performance rating.
The following solicitation questions were received at the Camp Lejeune and Marine Corps Air Station Cherry Point site visits conducted August 18, 2025, and include the respective government responses:
1) QUESTION: As the COR for your area, which installations are you responsible for covering?
RESPONSE: I am responsible for the Eastern coast of North Carolina – this list represents the customers that I work with on a regular basis; it is not all inclusive.
-
- Military Ocean Terminal Sunny Point, NC
- MCAS New River, NC
- Camp Lejeune, NC
- USCG Fort Macon, NC – they are coming online as a new customer
- MCAS Cherry Point, NC – Environmental Affairs Department (EAD)
- Hazardous waste storage pad – shared with FRC-E
- Building 149 – for universal waste (batteries and light bulbs) and Roll off Boxes (ROB’s)
- Mockingbird Hill – on installation for ROB’s
- MCALF Bogue – outlying airfield
- MCOLF Oak Grove – outlying airfield
- MCOLF Atlantic – outlying airfield
- MCAS Cherry Point, NC – Fleet Readiness Center – East
- Hazardous Waste Storage Pad – shared with EAD
- Global TransPark (GTP) Kinston, NC (size is increasing over the next couple of years)
2) QUESTION: How many ROB’s are there at each installation?
RESPONSE: As of now, there are ten ROB’s in my area at the following locations:
- Military Ocean Terminal Sunny Point, NC: (1) 40-cu ft ROB, with 2 removals per week. Removal approximately every 2-3 months. This is an ongoing project for the next 12-24 months to dispose of railroad ties c/w creosote.
- MCAS New River, NC: (1) 20-cu ft ROB, removal approximately every 2-3 months
- Camp Lejeune, NC: (1) 30-cu ft ROB, removal approximately every 2-3 months
- USCG Fort Macon, NC - NONE
- MCAS Cherry Point, NC – Fleet Readiness Center – East: (1) 20-cu ft ROB, removal approximately every 2-3 months.
- GTP Kinston, NC – currently, there are no ROB at this location. Once this location expands and becomes fully operational, I would expect a ROB to place in this location.
- MCAS Cherry Point, NC – Environmental Affairs Department (EAD): (6) 20-cu ft ROB’s. Two of these ROB’s are removed approximately every 3-5 months. The other four ROB’s are removed approximately every 6-12 months or as situation demands.
3) QUESTION: How often are samples requested?
RESPONSE: It depends on the installation.
- Military Ocean Terminal Sunny Point, NC – zero have been requested on this contract
- MCAS New River, NC – seldom; once every 5-6 months
- Camp Lejeune, NC – seldom; once every 5-6 months
- USCG Fort Macon, NC – zero have been requested on this contract
- MCAS Cherry Point, NC – Fleet Readiness Center – East – often; 2 – 3 times a month
- MCAS Cherry Point, NC – Environmental Affairs Department (EAD) – zero; this generator uses a different vendor
4) QUESTION: How is the process for getting access to the various installations for drivers?
RESPONSE: The contract will more than likely direct you to use DBIDS to gain access to Navy/Marine Corps installations. The Air Force uses DBIDS as well. It is important to know that receiving access to one installation via DBIDS DOES NOT automatically grant you access to other military installations. Each installation commander is responsible for granting access to their installation and has their own rules and vetting process for contractors. For this reason, you will find each installation has its own idiosyncrasies when working the process. Please search each installation webpage for more details on gaining access to a particular installation. Once access has been granted to an installation using DBIDS, that approval credential can be added to the DBIDS card. The Army does not use DBIDS. The Army uses a system called Automated Installation Entry (AIE) system. Again, please search the installation’s webpage for more details on gaining access.
5) QUESTION: Are there any bulk corrosive liquid removals?
RESPONSE: Yes. To date, only MCAS Cherry Point FRC-East has removed bulk corrosive liquids.
The following solicitation questions were received at the Fort Bragg site visit conducted August 19, 2025, and include the respective government responses:
1.) QUESTION: What area(s) does DLA Ft. Bragg cover throughout the state?
RESPONSE: Our area of responsibility covers from Seymour Johnson AFB to the west of NC. This covers Ft. Bragg, Charlotte Air National Guard, all Army National Guard and Army Reserve sites throughout the state.
2.) QUESTION: How often do you send out order requests for Ft. Bragg?
RESPONSE: Usually, once a month but that varies pending the customer requests.
3.) QUESTION: Does Ft. Bragg usually remove a full truck load at a time?
RESPONSE: Typically, Yes.
4.) QUESTION: How is the gate traffic here? Is it typically busy?
RESPONSE: As with most installations, the gate traffic varies day to day and fluctuates depending on the time of day.
5.) QUESTION: How many roll-off containers does Ft. Bragg have?
RESPONSE: One roll off currently. It is located at DPW which is the primary pickup location.
6.) QUESTION: How many roll off containers does Seymour Johnson AFB have?
RESPONSE: One roll off currently.
7.) QUESTION: What are the roll off sizes at each site?
RESPONSE: 20 yd at Ft. Bragg (DPW), 40 yd (live loads), SJ 20 yd hard top.
8.) QUESTION: What type of debris? Standard rags?
RESPONSE: Yes, typical waste.
9.) QUESTION: Any other bulk?
RESPONSE: Not typically unless a unique project arises.
10.) QUESTION: Would it be easy to go to another locations (i.e. Seymour Johnson) after Ft. Bragg?
RESPONSE: Yes
11.) QUESTION: Do the installations usually have a problem with products/waste on the truck?
RESPONSE: Verify in the solicitation but our contracts typically state that no waste can be brought onto US Government Installations unless during the conduct of a milk run and all associated waste on the truck is on active task orders from the same contract.
12.) QUESTION: Are there multiple pick-up locations on Ft. Bragg?
RESPONSE: Most pick-ups occur from the primary DPW HW site. However, there are occasions where we would communicate another location on the installation for logistical purposes.
13. ) QUESTION: What is the loading situation at the DPW site?
RESPONSE: DPW has their own MHE and will tailgate load. There is not a loading dock at this location.
14.) QUESTION: What is the loading situation at the Seymour Johnson location?
RESPONSE: SJ has their own MHE and will tailgate load. There is not a loading dock at that location.
15.) QUESTION: Are there any benefits to pre-labeling at either location (Bragg/SJ)?
RESPONSE: Not usually. Labeling on the day of pick up is typically fine.
16.) QUESTION: What about the Tank Cleaning services?
RESPONSE: Extremely rare but could occur
17.) Do the generators go through the contract for supplies?
RESPONSE: Typically, yes, unless they have a cheaper avenue.
18.) QUESTION: Would a Common Access Card (CAC) be better for our drivers?
RESPONSE: Each installation varies so it would be better if you asked the visitors center at the pick-up locations on what would be recommended.
19.) QUESTION: How are the National Guard/Reserve locations? What are the loading conditions?
RESPONSE: Each location is different. Some locations have MHE, but others do not. This would be communicated through the CORs/Contractor before pick-up.
***AMENDMENT 2***
Answers to submitted Questions:
Question 1- In the Amendment 1 for Solicitation SP450025R1003 (North Carolina Hazardous Waste Removal), it is noted that six new CLINs were added to the Price Schedule. CLIN RX06C6 does not appear on the revised Price Schedule. Please advise about this issue. We observed that the entire format of the new Price Schedule has changed from what was issued in the original solicitation. Instead of each CLIN description appearing only once and each corresponding CLIN suffix off to the right within the same row, the entire CLIN description is now repeated for each CLIN suffix in a separate row. We can deal with this, but it does add a lot of pages when you have to print the Price Schedule out to review it. So please let us know if the Amended Price Schedule is correct, or if CLIN RX06C6 was accidently omitted
Answer- During the review of the Independent Government Estimate (IGE) and Price Schedule against the Order History, CLIN RX06C6 was determined to have no prior usage and was therefore not included in this modification. As a result, only five new CLINs (1641SP, CY05M1, NR02C3, NR04B5, RX06C5) have been added.
This amendment is issued to clarify requirements through the provision of answers to questions; remove the previously included Small Business Participation Plan instructions and evaluation criteria from Attachments 6 and 7; correct the date on Attachment 6; expand the scope of work by adding six additional Contract Line Item Numbers (CLINs) and proving a new price schedule; provide offerors additional preparation time by extending the solicitation period by 10 days; and incorporate the current contract ordering history and solicitation; Scheduled site visits will be arranged for the three primary installations of Camp Lejeune, Fort Bragg, and Cherry Point. Dates and times will be communicated to those offerors who express interest in attending.
SP450025R1003 – North Carolina Regional
***AMENDMENT 1***
Answers to submitted Questions:
Question 1 - Is there any incumbent/recompete or this is a brand-new project? If yes, could you please provide us with their award number or even if the customer bought similar services in the past.
Answer: This requirement is a follow-on to contract number SP450021D0003. The ordering history to date for the current contract is attached.
Question 2 – The proposal due date was originally intended to be August 15, 2025. That due date is now extended by this solicitation amendment to be due August 25th, 2025, at 1500 EST. The previously stated date of August 8th on Attachment 6 (Addenda 52.212-1) is hereby revised to August 25th,2025.
Question 3 – I would like to schedule a site visit to some of the larger generators (Cherry Point, Camp LeJeune, Ft. Bragg) however, I do not see who the "site visit coordinator" is on the Instructions to offerors. Is that person listed somewhere else?
Would there be any way to extend the due date? Due to scheduling conflicts, I would not be able to make these site visits until the week of August 18th.
Answer: Site visit instructions can be found in Attachment 6. Attachment 8 section L07 lists the points of contact as Travis Baughman for Fort Bragg and Everett Ledman for Camp Lejeune and Cherry Point. We are coordinating these site visits for Camp Lejeune and Cherry Point on August 18th and Fort Bragg on August 19th. If you wish to attend, please send me an email to Ashley.Krawczyk-Bowers@dla.mil if you plan to attend one or both days so I can coordinate with the CORs. These are the only dates offered, and we will not be scheduling additional times or dates.
The Solicitation response due date is hereby extended for 10 days from Friday August 15th, 2025, at 3:00PM EST, to Monday August 25th, 2025, at 3:00 PM EST.
Question 4- Subcontractor Usage – Will the Government permit offerors to propose subcontractors for waste transport and disposal services, provided proper licensing and qualifications are documented?
Answer: Offerors proposing to use subcontractors for waste transport and disposal services must comply with the requirements outlined in Section 5 of the Performance Work Statement (PWS), including demonstrating proper licensing and qualifications. Once awarded a contract, a company may then propose additional facilities and transporters in accordance with PWS Subsection 5.1. Offerors intending to utilize their own facilities must ensure that those facilities are listed on the Qualified Facilities List (QFL) or the Qualified Transporters List (QTL) prior to beginning performance.
Question 5- Startup Period – Is there a required mobilization or startup period prior to performance beginning on December 2, 2025?
Answer: While there is no designated mobilization or startup period, the contractor is expected to be fully ready to commence performance of all contract requirements on the effective date of the contract. Offerors should factor any necessary preparation time into their proposed approach.
Question 6- Site Access Requirements – Will base access be coordinated through the COR, or are contractors responsible for obtaining individual credentials at each pickup location?
Answer: Site access will be coordinated through the Contracting Officer Representative (COR). The COR serves as the Government's point of contact for all matters related to contract performance in the field. Driver names, waste removal schedules, and installation access will be coordinated through the COR. Offerors requiring regular access to the installations may also refer to Attachment 4, which outlines the Common Access Card (CAC) application process.
Question 7- Evaluation Criteria – Will proposals be evaluated primarily on price, or will technical approach and past performance be scored as well?
Answer: Please refer to Attachment 7 for a complete description of the Government's award evaluation criteria. These documents outline all the factors that will be considered in the evaluation of proposals.
Question 8- Is there a current incumbent? If so, may you provide the award amount?
Answer: It is the Government's policy not to disclose the requested information via the solicitation. Information that is publicly available, including details related to the current contract (SP450021D0003), can be accessed through the System for Award Management (SAM.gov).
Offerors are directed to the amended solicitation Attachments 6 and 7, which contain updated date information. Please be advised that the Small Business Participation Plan is no longer a mandatory component of the proposal and, if included in an offeror’s proposal, will not be evaluated.
The contract ordering history is now available as Attachment 12. This amendment also adds six new CLINs to the solicitation price schedule: 1641SP, CY05M1, NR02C3, NR04B5, RX06C5, and RX06C6. Offerors are required to incorporate these CLINs into their proposals, using the amended price schedule included in Attachment 1.
The Solicitation response due date is also extended for 10 days. See the answer to Question 3 above.
We are coordinating these site visits for Camp Lejeune and Cherry Point on August 18th and Fort Bragg on August 19th. If you wish to attend, please send an email to Ashley.Krawczyk-Bowers@dla.mil letting me know you plan to attend one or both days. These are the only dates offered, and we will not be scheduling additional times or dates for additional site visits.
The contract ordering history is now available as Attachment 12
All other terms and conditions remain unchanged.
Combined Synopsis/Solicitation SP450025R1003 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 North Carolina 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 SP450025R1003 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 2025-04, effective June 11, 2025..
(iv) This acquisition is being issued as Small Business Set-Aside 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 December 02, 2025 to June 01, 2028 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 thesolicitation 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 Products and Commercial Services (MAR 2025)
(DEVIATION 2025-O0003), Alternate I, with your offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) 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 August 15, 2025. Proposals shall be emailed to Ashley.Krawczyk-Bowers@dla.mil and Hazardouscontracts@dla.mil.
(xvi) Offerors must submit all questions regarding this solicitation in writing via email to Ashley Krawczyk-Bowers at Ashley.Krawczyk-Bowers@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.
ATTACHMENTS:
Attachment 1 – Price Schedule (Amended)
Attachment 2 – Performance Work Statement (PWS)
Attachment 3 – Pick-up Locations
Attachment 4 – CAC Application Process
Attachment 5 – Past Performance Information (PPI) Questionnaire
Attachment 6 – Addenda to 52.212-1 Instructions to Offerors (Amended)
Attachment 7– Addenda to 52.212-2 Evaluation Attachment (Amended)
Attachment 8 – Additional Contract Terms & Conditions
Attachment 9-Far Provision
Attachment 10– KTR Work Surveillance Checklist ICS
Attachment 11– KTR Work Surveillance Checklist Placement or Removal Empty of ROB or Vac Box
Attachment 12- Order History