Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2025 SAM #8644
SOLICITATION NOTICE

F -- SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services

Notice Date
7/25/2025 12:11:37 PM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-25-R-0503
 
Response Due
4/3/2025 12:00:00 PM
 
Archive Date
07/26/2025
 
Point of Contact
Rhoji Fernandez, Phone: 7033622491, Sonja Rocks, Phone: 5714257327
 
E-Mail Address
Rhoji.Fernandez@DLA.mil, Sonja.Rocks@DLA.mil
(Rhoji.Fernandez@DLA.mil, Sonja.Rocks@DLA.mil)
 
Description
The purpose of Amendment 0003 to solicitation SPE603-25-R-0503 is to make the following changes: A. Update ATTACHMENT 9 � SCA WD 2015-5613 from REV 28 (12.23.2024) to REV 29 (05.21.2025) B. Provide a corrected ATTACHMENT 4 Norwalk Price Proposal Worksheet. C. Provide a corrected ATTACHMENT 5 San Pedro Price Proposal Worksheet. D. Revise the Solicitation as follows (a revised copy of the solicitation with changes highlighted is attached): 1) Revise B35 SERVICES TO BE FURNISHED AND PRICES (ENVIRONMENTAL) (DLA ENERGY MAR 2009), Paragraph E: Change the quantities in Reference Item 004 to 4, in Reference Item 013 to 2, Reference Item 014 to 2. 2) Revise B35 SERVICES TO BE FURNISHED AND PRICES (ENVIRONMENTAL) (DLA ENERGY MAR 2009), Paragraph H: From: Base Period: July 1, 2025 � June 30, 2029 Option Period: July 1, 2029 � December 31, 2029 To: NORWALK Base Period: August 1, 2025 � July 31, 2029 Optional Extension Period: August 1, 2029 � January 31, 2030 SAN PEDRO Base Period: August 11, 2025 - August 10, 2029 Optional Extension Period: August 11, 2029 � February 10, 2030 3) Revise F-0001 F4 DELIVERY AND ORDERING PERIODS (DLA ENERGY JUN 2002)(a) From: (1) Ordering period begins: July 1, 2025 and ends: June 30, 2029. (2) Delivery period begins: July 1, 2025 and ends: 30 days after end of ordering period. To: NORWALK (1) Anticipated Ordering period begins: August 1, 2025 and ends: July 31, 2029. (2) Anticipated Delivery period begins: August 1, 2025 and ends: July 31, 2030. SAN PEDRO (1) Anticipated Ordering period begins: August 11, 2025 and ends: August 10, 2029. (2) Anticipated Delivery period begins: August 11, 2025 and ends: August 10, 2030. 4) Revise FAR 52.216-18 ORDERING (AUG 2020) From: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through June 30, 2029. To: DFSP NORWALK (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through July 31, 2029. DFSP SAN PEDRO (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through August 10, 2029. 6) Revise FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) From: (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor�s and Government�s rights and obligations with respect to that order to the same extent as if the order were completed during the contract�s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after June 30, 2029. To: DFSP NORWALK (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor�s and Government�s rights and obligations with respect to that order to the same extent as if the order were completed during the contract�s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after July 31, 2030. DFSP SAN PEDRO (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor�s and Government�s rights and obligations with respect to that order to the same extent as if the order were completed during the contract�s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after August 10, 2030. 6) Update Section J Attachment 9 to ATTACHMENT 9 � SCA WD 2015-5613 REV 29 (05.21.2025). E. All changes to the solicitation clauses and provisions are highlighted in the attached �SPE60325R0503 RFP conformed Amd0003�. F. All other terms and conditions shall remain the same. ------------------------------------------------------------------------------------------------------------------------ The purpose of Amendment 0002 to solicitation SPE603-25-R-0503 is to make the following changes: A. Update SF1449 Block 8 Offer Due Date/Local Time From: 2025 MAR 26 at 03:00 PM To: 2025 APR 3 at 03:00 PM B. Include Questions and Answers as an attachment to this Amendment. C. All other terms and conditions shall remain the same. ------------------------------------------------------------------------------------------------------------------------ The purpose of Amendment 0001 to solicitation SPE603-25-R-0503 is to make the following changes: A. Revise ATTACHMENT 1 � Final DFSP Norwalk San Pedro PWS in the following sections (changes highlighted in the Attachment): 3.3.1 CLIN Structure and 4.1.4 Time and Materials Utility Invoicing removes any mention of Time & Materials for CLIN 0009, CLIN 0010, CLIN 0011, and CLIN 0012. 4.1.3 Firm Fixed Price Utility Invoicing 4.1.4 Time and Materials Utility Invoicing 4.3.11 Off-Site Pipelines 4.4.2.3 Fencing 4.4.3.1 Repairs B. Revise ATTACHMENT 4 � Norwalk Price Proposal Worksheet as follows: Rename the first tab of worksheet from �Norwalk PPW� to �Norwalk CLINs 0001 � 0003, 0007� Add Reference Item 156 to Disposal, Hazardous (for spent granular activated carbon containing PFAS) per pound. As a result of adding this Reference Item, Reference Items 156 through 282 are renumbered to Reference Items 157 through 283. Change the Item Descriptions for the following Reference Items: FROM: REF ITEM/CLIN/TYPE/ITEM DESCRIPTION 157/0001/MIS/Disposal, Hazardous (for PFAS solids/soil) per ton 235/0001/LAB/Draft EPA 1633 (PFAS in Water) 236/0001/LAB/Draft EPA 1633 (PFAS in Soil) TO: 157/0001/MIS/Disposal, Hazardous (for PFAS solids/soil/organoclay) per ton 235/0001/LAB/EPA 1633 (PFAS in Water) 236/0001/LAB/EPA 1633 (PFAS in Soil) C. Revise ATTACHMENT 5 � San Pedro Price Proposal Worksheet as follows: Rename the first tab of worksheet from �San Pedro PPW� to �San Pedro CLINs 0001 � 0003, 0007�. Add Reference Item 129 �Disposal, Hazardous (for spent granular activated carbon containing PFAS) per pound�. As a result of adding this Reference Item, Reference Items 129 through 254 are renumbered to Reference Items 130 through 255. Change the Item Descriptions for the following Reference Items: FROM: REF ITEM/CLIN/TYPE/ITEM DESCRIPTION 130/0001/MIS/Disposal, Hazardous (for PFAS solids/soil) per ton 215/0001/LAB/Draft EPA 1633 (PFAS in Water) 216/0001/LAB/Draft EPA 1633 (PFAS in Soil) TO: 130/0001/MIS/Disposal, Hazardous (for PFAS solids/soil/organoclay) per ton 215/0001/LAB/EPA 1633 (PFAS in Water) 216/0001/LAB/EPA 1633 (PFAS in Soil) D. Update ATTACHMENT 9 � SCA WD 2015-5613 from REV 27 (7.22.2024) to REV 28 (12.23.2024) E. Revise the Solicitation as follows (a revised copy of the solicitation with changes highlighted is attached): Change Section J Attachment 9 to ATTACHMENT 9 � SCA WD 2015-5613 REV 28 (12.23.2024). Add the following attachments to Section J: ATTACHMENT 14 � DFSP Norwalk O&M Manual ATTACHMENT 15 � El Toro O&M Manual ATTACHMENT 16 � DFSP San Pedro Admin Area O&M Manual ATTACHMENT 17 � DFSP San Pedro SCA O&M 2024 ATTACHMENT 18 � BFCUST 6 8 9 10 Cluster 1 O&M Manual ATTACHMENT 19 � BFCUST 17 18 19 16 13 Cluster 2 O&M Manual ATTACHMENT 20 � BFCUST 2 4 O&M Manual ATTACHMENT 21 � BFCUST 43 O&M Manual ATTACHMENT 22 � South Control O&M Manual ATTACHMENT 23 � DFSP San Pedro Biological Opinion ATTACHMENT 24 � DFSP Norwalk and San Pedro Pre-Proposal Slides Add the fill in �None� to paragraphs (i)(1)(ii)(D)(1) and (2) in FAR 52.212-4 CONTRACT TERMS AND CONDITIONS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) ALTERNATE I (NOV 2021) (i)(1)(ii)(D) Add note to clarify that FAR 52.212-4 CONTRACT TERMS AND CONDITIONS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) ALTERNATE I (NOV 2021) is only applicable to CLIN 0007. Clarify in ADDENDUM TO 52.212-1(b)(3) that tables and figures shall be no less than 9 point. Update L82 WAGE DETERMINATION (DLA ENERGY FEB 2009) to include the latest revision, REV 28, to the Wage Determination. Replace language in FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O0003) and (DEVIATION 2025-O0004) and ALTERNATE 1 (FEB 2024) paragraph (d) to [Reserved] and paragraph (t) to [Reserved]. Revise FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025) (DEVIATION 2025-O0003) and (DEVIATION 2025-O0004) to remove language at paragraphs (b)(33), (b)(34), (e)(1)(ix), and e(1)(x), and add �[Reserved]�. Replace the following provision in FAR 52.212-5: FAR 52.223-23 Sustainable Products and Services (May 2024) replaced with FAR 52.223-23 Sustainable Products and Services (MAR 2025) (Deviation 2025-O0004). This clause remains unchecked in FAR 52.212-5 and does not apply to solicitation. Remove the following provisions: FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) from FAR 52.212-5. FAR 52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation (Feb 1999). FAR 52.222-26 Equal Opportunity (Sep 2016) from FAR 52.212-5. FAR 52.223-19 Compliance with Environmental Management Systems (May 2011). FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals � Representation (Dec 2016) Replace FAR 52.223-10 Waste Reduction Program (May 2024) with 52.223-10 Waste Reduction Program (MAR 2025) (DEVIATION 2025-O0004) F. All changes are highlighted in the attached documents. G. All other terms and conditions shall remain the same. ------------------------------------------------------------------------------------------------------------------------ Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF). This is a follow-on solicitation notice to sources sought notice SPE603-24-R-5X02 and SPE603-25-R-0503. Direct links provided below: https://sam.gov/opp/16660d74479c4ffea35e38eebe56acbc/view https://sam.gov/opp/a3a6526ad64f406d8c3b31417e29ae9f/view This solicitation notice is for environmental remediation, environmental compliance, and environmental facility maintenance services at two (2) California facilities: DFSP Norwalk, and DFSP San Pedro. DLA Energy Engineering, Environmental, and Property Division, Environmental Branch, Restoration Section (DLA Energy LEV) is responsible for funding, supporting and overseeing execution of DLA Energy�s environmental requirements. DLA Energy LEV implements remedies as needed to protect human health and the environment. Site Closure (SC) is the primary goal of this effort while restoring and maintaining the Facility in a cost-effective manner. The NAICS Code for this procurement is 562910 and will be solicited on an unrestricted basis. The requirements at DFSP Norwalk and DFSP San Pedro will be solicited on an unrestricted basis. The period of performance is a four-year period, July 1, 2025 through June 30, 2029 and a six-month option extension provision, July 1, 2029 through December 31, 2029. The Government anticipates awarding two (2) indefinite-delivery indefinite-quantity firm fixed-price contracts, one for each location. This information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9570d14d13b4ee8be7a0e3c1ab117f3/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN07524467-F 20250727/250725230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.