Regional Hazardous Waste Services
ID: N4008024R2225Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Hazardous Waste Collection (562112)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description
    Opportunity Overview:

    The U.S. Navy is seeking a contractor to manage and dispose of hazardous waste at various Navy and Marine Corps locations in the Washington, D.C., Maryland, and Virginia areas, encompassing the Washington Navy Yard and surrounding regional sites. This performance-based contract involves providing hazardous waste operations support, including watchstanding, spill containment and control, and the transportation and removal of hazardous materials and waste.

    Scope of Work:

    The key tasks for the awardee will involve:

    • Hazardous waste management and disposal, including collection, transportation, and recycling.
    • Providing watchstanders and response teams for spill containment and cleanup.
    • Managing hazardous materials, hazardous waste, and regulated waste across multiple sites.
    • Ensuring compliance with safety, environmental, and regulatory requirements.
    • Submitting detailed reports and maintaining appropriate documentation.
    • Developing a comprehensive Work Management Plan and Quality Management System.
    Eligibility Criteria:

    Eligible applicants for this small business set-aside contract should have expertise and experience in hazardous waste management and disposal. They must demonstrate the capacity to handle the required tasks, possess the necessary personnel, equipment, and facilities, and ensure compliance with stringent safety and security protocols.

    Funding and Contract Details:

    The contract is expected to be firm-fixed-price and indefinite delivery indefinite quantity (IDIQ), with a base year and four to five additional years. The total estimated value ranges from $1,250,000 to $9,743,180.10, depending on the specific contract. The government will determine the maximum total contract value at the time of the award.

    Submission Process:

    Proposal submissions should include responses to the Request for Proposal (RFP) and any required pricing exhibits, past performance questionnaires, and other relevant documentation. The initial deadline for submissions was July 8, 2024, but has been extended to August 15, 2024. Questions regarding the RFP should be directed to the primary or secondary contact provided in the opportunity overview, with a deadline of June 26, 2024.

    Evaluation Criteria:

    The evaluation of proposals will consider multiple factors:

    • Technical Capability: Demonstrated ability to perform the required tasks, manage diverse locations, and meet technical specifications and standards.
    • Past Performance: Experience and performance on similar projects, focusing on quality, timeliness, and customer satisfaction.
    • Price: The cost effectiveness and reasonableness of the proposed prices.
    Contact Information:

    For any clarifications or questions, contact Brian Wasson at brian.j.wasson.civ@us.navy.mil or 202-802-4892, or Shauna E. Lloyd at shauna.e.lloyd2.civ@us.navy.mil or 202-359-6296.

    Files
    Title
    Posted
    The U.S. Navy is seeking a contractor to provide hazardous waste management and related services for various Navy and Marine Corps locations, primarily in the District of Columbia, Maryland, and Virginia, with the potential for additional sites within a 100-mile radius. The contract includes both Recurring Work and Non-Recurring Work Items, covering a range of tasks to ensure proper handling, transportation, and disposal of hazardous materials, hazardous waste, and regulated waste. The scope of work encompasses sites such as the Washington Navy Yard, the Pentagon, the United States Naval Observatory, and several other naval support facilities and installations. The Performance Work Statement (PWS) is organized into 18 annexes, with Annex 1 providing general information and Annexes 3-18 detailing technical requirements. The Navy emphasizes its performance-based approach, which includes performance outcomes, measurable standards, incentives, and a performance assessment plan. The contract allows for the acquisition of additional environmental services and work, ensuring flexibility to meet local needs. The Navy expects the contractor to provide insightful management and exercise discretion in adjusting processes and resources to achieve the specified objectives.
    This document outlines the management and administration requirements for a contract, detailing the expectations for the contractor in delivering services to the government. The contractor will be responsible for managing and administering various aspects of the contract, including personnel, safety, security, and environmental sustainability. The contractor will need to provide a comprehensive work management plan, including scheduling, cost accounting, and report preparation. They will also handle work reception, control, and scheduling to ensure timely and efficient service delivery. A quality management system will be implemented to ensure compliance with performance standards, with regular inspections and surveillance. The contractor must also submit and maintain various plans, such as a property management plan, accident prevention plan, and environmental management program. They will be responsible for obtaining permits, licenses, and insurance coverage as required. The contract emphasizes the importance of qualified and trained personnel, with specific key personnel roles defined, such as project manager, quality manager, and site safety and health officer. The contractor will need to ensure that all employees meet appearance and conduct standards and have the necessary security clearances and badges for access to government facilities. Additionally, the contractor will need to comply with government security and safety regulations, including access control and background checks. They will also be responsible for protecting government property and ensuring the safe handling of hazardous materials. The government will provide certain facilities, utilities, and government-furnished property for the contractor's use, while the contractor will provide their own equipment, materials, and supplies. The contractor will be billed for their utility consumption at prevailing rates. Overall, the contractor will be expected to manage and administer the contract effectively, ensuring efficient and secure service delivery while complying with all relevant safety, environmental, and security regulations.
    This file, Attachment C, is a questionnaire for past performance evaluation, to be completed by a contractor and their client. It aims to assess the contractor's performance on a previous project, with a focus on quality, timeliness, customer satisfaction, management, cost management, safety, and general compliance. The client is asked to provide ratings and comments on various aspects, including the contractor's ability to meet quality and schedule standards, manage resources, and resolve issues. There is also an emphasis on the contractor's financial management, including cost-saving initiatives and accounting system adequacy. The overall goal is to evaluate the contractor's past performance and identify any strengths or weaknesses to consider for future contract awards.
    This RFP, with solicitation number N40080-24-R-2225, seeks to procure regional hazardous waste services for the Naval Facilities Engineering Command. The contract is structured as a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a base period and four one-year option periods, totaling an estimated value of $1,250,000. The primary objective of this procurement is to obtain services for the analysis, management, and inspections related to hazardous materials, hazardous waste, and regulated waste (HM/HW/RW) at various locations within the Washington, South Potomac, Patuxent River, Annapolis, and Bethesda Public Works Departments. The contractor will be responsible for tasks such as providing spill containment, cleanup, removal, and disposal support for small, medium, and large spills, as well as providing a truck with scales and required personnel for transporting HM/HW/RW. The RFP includes pricing exhibits for the base year and each option year, with line items for different locations and types of work. The base year and each option year have an estimated value of $250,000, with a not-to-exceed value of $250,000 for non-recurring work in each period. The RFP does not specify key dates or evaluation criteria.
    This RFP, with solicitation number N40080-24-R-2225, seeks bids for a firm-fixed-price contract to provide hazardous waste services for the Naval Facilities Engineering Command. The contract has a base period and four option periods, with an estimated total value of $1,250,000. The contractor will be responsible for hazardous materials (HM), hazardous waste (HW), and regulated waste (RW) analysis, management, and inspections across multiple locations, including the Pentagon, Marine Barracks, Naval Surface Warfare Center, and the National Maritime Intelligence Center. The work includes spill containment, cleanup, removal, and disposal for small, medium, and large spills, as well as the provision of a truck with scales and personnel for transporting HM/HW/RW. The RFP includes detailed pricing exhibits for both recurring and non-recurring work, with line items for each location and type of service. The RFP does not specify an evaluation criteria section.
    Procurement Objective: The RFP is for a contract to provide hazardous waste management and disposal services for the WDC Region, including sampling, testing, laboratory services, used oil collection and recycling, and spill response and cleanup. Specifications and Requirements: The contractor must have the capability to handle various types of hazardous waste, including regulated and non-regulated waste, universal waste, and used oil. They must also be able to respond to spills and provide containment, cleanup, and disposal services. The RFP includes specific questions regarding the required levels of personal protective equipment (PPE) and the applicability of certain standards and regulations. Scope of Work: The contractor will be responsible for managing and disposing of hazardous waste generated at multiple locations within the WDC Region. This includes tasks such as sampling and testing waste, coordinating with laboratories, collecting and recycling used oil, and responding to spills. The contractor will also be required to provide various reports and inspections. Contract Details: While specific contract details are not provided, the RFP indicates that it is a firm-fixed-price (FFP) contract with specific line items (ELINs) for different types of services. The total value of the contract is not mentioned, but the government provides the value of a similar previous contract, which was awarded for $9,743,180.10. Key Dates: The RFP does not specify key dates, but it does mention that proposals are due by a certain deadline and that the contract will have a base period with multiple option years. Evaluation Criteria: The RFP states that proposals will be evaluated based on multiple factors, including price, technical and management approach, and past performance. The technical and management approach is a key factor, with the government seeking a clear understanding of how the contractor plans to execute the required tasks and ensure compliance with regulations.
    This RFP relates to the procurement of hazardous waste management services for the Washington, D.C. region, with a focus on understanding the requirements and expectations of the contract. The government is seeking a contractor to provide comprehensive hazardous waste services, including accumulation, collection, transportation, and disposal, while also ensuring compliance with safety and environmental regulations. The contractor will be responsible for managing and disposing of various types of waste, such as used oil, hazardous materials, and universal waste. They will also need to respond to spills and provide containment and cleanup support. The RFP includes detailed questions regarding government-furnished property, equipment, utilities, security clearances, and personnel qualifications. There is a focus on understanding the scope of work, with inquiries about specific tasks like sampling, testing, and laboratory services, as well as waste management and recycling. The government's answers to these questions provide further clarity on the requirements and expectations. They confirm the need for parking spaces for employees and vehicles, the provision of office space, and the responsibility for IT equipment and access. The contractor is expected to develop training plans and have the necessary security clearances. The answers also address cost concerns, with historical data and costs to be provided for pricing purposes. The RFP emphasizes the importance of compliance with safety and environmental regulations, especially in the context of spill response and hazardous waste management. The contractor will need to work closely with government representatives to ensure efficient and effective waste management practices while adhering to all relevant guidelines. Overall, the procurement objective is to establish a comprehensive hazardous waste management service that meets the specific needs of the Washington, D.C. region.
    This file pertains to a source selection plan for a regional hazardous waste services contract within the NAVFAC Washington area of responsibility (AOR). The main objective of the procurement is to secure hazardous waste management and disposal services for Navy and Marine Corps installations in the region. This includes the collection, transportation, and disposal of hazardous waste, as well as related services such as waste characterization, packaging, and storage. While specific quantities are not mentioned, the contract is expected to cover multiple Navy and Marine Corps installations within the NAVFAC Washington AOR, indicating a significant scope of work. The contract type and value are not explicitly stated, but the document references firm-fixed-price and cost-reimbursement contracts in a general context. A key aspect of the procurement process is the evaluation of past performance. The file includes detailed instructions for submitting Past Performance Questionnaires (PPQs) or completed CPARS evaluations. These evaluations will be used to assess offerors' experience and performance on similar projects, with a focus on quality, timeliness, customer satisfaction, management, cost management, safety, and compliance with contractual terms. While critical dates are not outlined, the file emphasizes the importance of submitting completed PPQs or CPARS evaluations with the proposal, indicating that past performance will play a significant role in the source selection decision. In summary, this file provides insights into the evaluation criteria and past performance requirements for a regional hazardous waste services contract within the NAVFAC Washington AOR. The procurement objective is to secure a contractor who can effectively manage and dispose of hazardous waste for multiple Navy and Marine Corps installations, with a strong focus on quality, safety, and timely performance.
    This document outlines the Occupational Safety and Health Administration's (OSHA) regulations regarding occupational safety and health standards. It defines key terms, establishes procedures for petitions, and outlines the applicability of these standards. The document also incorporates various consensus standards and established federal standards by reference. Additionally, it provides definitions, requirements, and guidelines for specific industries and work activities, such as woodworking, welding, and the use of hazardous materials. The regulations aim to ensure safe working conditions and protect the health of employees across various industries.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary focusing on the procurement details as per your instructions.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    This document, issued by the Department of the Navy, outlines the Environmental Readiness Program, which aims to ensure the U.S. Navy's ability to operate worldwide while maintaining environmental responsibility. It establishes policies and procedures, delineates responsibilities, and provides guidance for managing environmental, natural, and cultural resources for Navy ships and shore activities. The manual applies to all Navy commands, personnel, and contractors, with some provisions extending to organizations outside the Chief of Naval Operations chain of command. The manual emphasizes compliance with federal, state, and local environmental laws, regulations, and executive orders. It assigns responsibilities for various aspects of environmental management to specific commands and offices within the Navy's organizational structure. This includes budget submitting offices, fleet forces commands, Navy installations, naval systems commands, specialty offices, and legal counsel. The manual also addresses coordination with other military departments and federal, state, and local agencies. A key aspect of the manual is the establishment of Budget Submitting Offices (BSOs), which plan, program, budget, and allocate resources for environmental requirements. BSOs provide oversight to ensure compliance with the manual's policies. The manual also highlights the role of Commander, Navy Installations Command, which has overall shore installation management responsibility and authority as a BSO for installation support. Additionally, the manual covers a range of specific environmental program areas, such as energy, strategic sustainability, pollution prevention, noise, and environmental planning. It references relevant legislation and provides detailed instructions for each area. The manual also outlines the organization and coordination of environmental efforts within the Navy, including the roles of various commands and offices. Overall, the manual serves as a comprehensive guide for the Navy's environmental readiness program, ensuring compliance with environmental regulations and promoting environmentally responsible operations.
    The Department of Homeland Security's U.S. Citizenship and Immigration Services (USCIS) has issued Form I-9, which is used to verify an individual's eligibility to work in the United States. This form is not associated with any specific procurement but is a standard requirement for all employers hiring individuals for work within the United States. The primary objective of Form I-9 is to ensure that employers verify the identity and work authorization of all new employees, both citizens, and noncitizens, hired after November 6, 1986. The form must be completed by both the employee and the employer and includes sections for providing personal information, document examination, and certifications. Employees must present original documents from Lists A, B, or C, which include items such as passports, driver's licenses, Social Security cards, and birth certificates. Employers are prohibited from specifying which documents employees should present and cannot discriminate based on citizenship status or document expiration dates. The employer is responsible for examining and recording document information, such as title, issuing authority, document number, and expiration date, within three business days of the start of employment. They must also complete Section 3 for updating and reverifying work authorization, as necessary. Form I-9 must be retained by the employer for a specified period and made available for inspection by authorized government officials. There is no filing fee associated with Form I-9, and it should not be mailed to USCIS or ICE. Overall, Form I-9 is a mandatory requirement for all employers in the United States, ensuring compliance with immigration laws and helping to prevent unlawful hiring practices. It serves as a standard tool for verifying employee work eligibility and authorizing their employment.
    The Department of Homeland Security's U.S. Citizenship and Immigration Services (USCIS) has issued Form I-9, which is used to verify an individual's eligibility to work in the United States. This form is not associated with any specific procurement but is a standard requirement for all employers hiring individuals for work within the United States. The primary objective of Form I-9 is to ensure that employers verify the identity and work authorization of all new employees, both citizens, and non-citizens, hired after November 6, 1986. The form must be completed by both the employee and the employer. Employees must provide their personal information, including name, address, date of birth, and Social Security number, and attest that they are aware of the legal consequences of making false statements. Employers, on the other hand, are responsible for examining specific documents that establish the employee's identity and work authorization. These documents are categorized into List A, List B, and List C, and employers must review either one document from List A or a combination of documents from Lists B and C. Examples of acceptable documents include passports, driver's licenses, Social Security cards, birth certificates, and employment authorization cards. Employers must ensure that Section 1 of Form I-9 is completed by the time of hire and that Section 2 is completed within three business days of the employment start date. They are also required to reverify employment authorization for employees with work authorization expiration dates. Form I-9 must be retained by the employer for a specified period and made available for inspection by U.S. government officials. While there is no filing fee associated with Form I-9, employers may face civil or criminal penalties for non-compliance with the Immigration Reform and Control Act of 1986. In summary, Form I-9 is a mandatory employment eligibility verification process for all U.S. employers, ensuring that individuals hired are authorized to work in the country. The form outlines the specific documents that employees must present, and employers must carefully review and retain this information as part of their legal responsibility.
    This document outlines the requirements and procedures for obtaining a Local Population ID Card/Base Access Pass for entry to Department of Defense (DoD) and Department of the Navy (DON) installations. The form, SECNAV 5512/1, is designed to collect necessary information for identity proofing and security checks, ensuring that only authorized individuals gain access to controlled facilities. Applicants are required to provide personal details, including name, date and place of birth, citizenship status, and biometric data such as hair and eye color. Specific identity source documents, such as a passport, driver's license, or Social Security number, must be presented for verification. The form also includes a section for employment information and work hours, as well as an authorization and release certification, where applicants acknowledge the terms and restrictions associated with the access pass. The Base Registrar is responsible for conducting identity proofing, NCIC checks, and local records checks, with the final determination on access granted by the Base Commanding Officer. The primary objective of this procurement is to establish a standardized and secure process for issuing and managing access passes, ensuring the safety and security of DoD and DON installations.
    This document is an application form for a Department of Defense (DoD) Identification Card and enrollment in the Defense Enrollment Eligibility Reporting System (DEERS). The form is to be completed by individuals seeking DoD benefits and privileges, which include medical coverage, access to DoD installations and facilities, and computer systems. The form collects personal information such as name, address, SSN, date and place of birth, and gender. It also requires certification of eligibility and accuracy of the provided information. The completed form is to be submitted to a real-time automated personnel identification system workstation, with an estimated completion time of 3 minutes.
    Procurement Objective: The Department of Defense (DoD) is preparing security protocols for a contract involving sensitive and classified information. While the specific goods or services to be procured are not detailed, the form indicates that the contractor will have access to and handle classified information, potentially including Communications Security (COMSEC) data, Restricted Data, and intelligence information. Specifications and Requirements: The form specifies security clearance requirements, including facility clearance and safeguarding levels. It also indicates that the contractor will require access to classified information and may receive, generate, or store classified documents and hardware. Scope of Work: The contractor will be responsible for safeguarding and handling classified information, adhering to security protocols, and potentially performing services related to the classified effort. They may also have specific requirements for communications security (COMSEC) and operations security (OPSEC). Contract Details: Not specified in this form. Key Dates: Not specified, but the form includes a due date field. Evaluation Criteria: Not applicable in this context, as the form focuses on security classification and access rather than vendor selection. In summary, this DoD Contract Security Classification Specification form outlines the security requirements and access protocols for a contract involving sensitive and classified information. While the specific goods or services to be procured are not detailed, the form indicates that the contractor will have extensive access to and responsibilities for handling classified data, with specific provisions for COMSEC, Restricted Data, and intelligence information. The form ensures that the contractor understands and can comply with the stringent security measures necessary for this type of contract.
    This TASS Registration Request form pertains to the procurement of secure access credentials for individuals requiring entry to DoD facilities and networks. The primary objective is to issue or reissue credentials, ensuring positive identification and authorized access for contractors, volunteers, and other eligible personnel. The form captures essential personal and identity information, including full name, SSN or FIN, date of birth, and email address. It also ascertains the specific access requirements, such as the need for physical access to one or more DoD facilities, foreign travel, or remote login access to DoD networks. Regarding specifications and requirements, the procurement seeks to provide tailored access based on individual needs. This includes the verification of background investigations, such as a National Agency Check (NAC) or its equivalent, as well as FBI fingerprint checks with favorable results. The scope of work for this procurement involves processing and validating the provided information, conducting necessary background checks, and issuing or reissuing the appropriate access credentials. The form also emphasizes the importance of maintaining up-to-date eligibility, with sponsors agreeing to notify the relevant authorities of any changes in the applicant's status, thus ensuring the integrity and security of access control. While contract details are not explicitly mentioned, the form does indicate a privacy act statement, authorities, and routine users, suggesting standard procedures for handling personal information and disclosing data to authorized entities. Key dates and evaluation criteria are not specified in this particular document, but the form's completion and submission are necessary steps in the procurement process for obtaining the desired access credentials. Overall, this TASS Registration Request form is a critical component in procuring secure access to DoD facilities and networks for eligible individuals. It ensures that contractors, volunteers, and other personnel can efficiently and safely conduct their work-related duties while maintaining the necessary security protocols and controls.
    This TASS Registration Request form pertains to the issuance or reissuance of credentials for access to DoD facilities and networks. The procurement objective is to facilitate secure access control and user authentication for contractors or other eligible personnel requiring access to sensitive locations and information systems. The form collects essential biographical and identifying information, including full name, SSN or FIN, date of birth, and email address, with a particular focus on verifying the applicant's identity and eligibility for the requested access. The sponsor, a government employee, authorizes and validates the applicant's background vetting information, ensuring compliance with privacy and security regulations. Regarding specifications and requirements, the form indicates that a National Agency Check (NAC) or equivalent background investigation is mandatory, with favorable results from an FBI fingerprint check. The applicant's need for access falls into one of the outlined categories, such as requiring access to multiple DoD facilities or remote access to a DoD network. The scope of work for the procuring agency involves processing and evaluating these registration requests, ensuring the accuracy and completeness of information, and making informed decisions regarding access authorization based on the provided eligibility requirements and background vetting. While contract details are not explicitly mentioned, the form does refer to a "Contract End Date," suggesting that the access authorization is tied to the duration of a contract or agreement. Key dates, such as the expiration of the card and the contract end date, are included in the form, emphasizing the temporary nature of the access authorization. Evaluation criteria center around the applicant's ability to meet the eligibility requirements and the validity of their background vetting information. The government sponsor's validation and agreement to notify the relevant authorities of any changes in the applicant's status are also crucial factors in the evaluation process.
    Procurement Summary: This attachment, labeled J-0200000-05, pertains to government-furnished properties, materials, and services, offering insight into the facilities and equipment involved in a potential contract. The primary focus is on government-furnished facilities (GFF) and related services, with a comprehensive list of sites and buildings where work or storage is required. Procurement Objective: The government seeks to engage contractors for work across various locations, primarily involving storage and waste management. There is no mention of government-furnished equipment (GFE) in this specific attachment, indicating that the scope is focused on facilities and their associated services. Specifications and Requirements: The attachment includes a detailed list of specific buildings and sites, indicating that the contractor will need to provide services or manage operations at these diverse locations. The sites range from storage lockers to specific buildings within military bases, medical centers, and observatories. Scope of Work: While not exhaustive, the listed sites imply that the contractor will be responsible for managing and maintaining these facilities, potentially including waste management, storage, and related services. The scope likely involves coordinating with government personnel at each site to ensure smooth operations and adherence to any relevant regulations. Key Dates and Contract Details: This attachment does not provide specific dates or contract values, focusing instead on the enumeration of sites where government-furnished properties and services are relevant. Evaluation Criteria: Without additional context, it is challenging to determine the exact evaluation criteria. However, vendors' ability to demonstrate capacity and expertise in managing diverse facilities and providing efficient, secure services across multiple locations would likely be a critical factor in the evaluation process. In summary, this attachment sheds light on the government's need for contractors to manage and maintain specific facilities, with a focus on storage and waste management. The diverse range of sites underscores the scope and complexity of the potential contract, requiring vendors to demonstrate expertise in facility management and related services to ensure a successful proposal.
    This file details hazardous waste data for various military installations and seems to be a summary of waste management activities across these sites. The data is organized by location, with columns indicating the number of containers and the total weight of hazardous waste generated or managed during specific months. While there is no explicit mention of procurement, the data serves as a historical record of hazardous waste management needs for these military sites. The information could be used to inform future procurement decisions related to waste management services or the acquisition of equipment for handling and disposing of hazardous materials. The file covers a period from February 2018 to December 2019, providing a monthly breakdown of hazardous waste statistics. The total number of containers and pounds of hazardous waste vary significantly across locations and over time, indicating dynamic waste management requirements. Some locations, such as "Carderock Pentagon" and "USNA Bethesda," consistently report higher volumes of hazardous waste, suggesting a need for dedicated waste management solutions. Other sites show more intermittent or lower-volume waste generation, which could still require specialized handling and disposal methods. This data underscores the importance of effective hazardous waste management for military installations and could inform future procurement strategies to ensure safe and environmentally responsible waste handling practices.
    The amendment to this solicitation primarily extends the due date for proposal submissions, moving it from July 18, 2024, to August 15, 2024. This extension is to ensure that any necessary updates are validated and incorporated into the package. The main objective of this procurement is to acquire hazardous waste management services for various Navy sites within the Washington Navy Yard and surrounding regional locations in the Washington, D.C., metropolitan area. The services required include hazardous waste management operations, spill containment and control, and the handling of hazardous materials, hazardous waste, and regulated waste. The contract will be awarded to a qualified small business as a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with one base year and four twelve-month option years, plus a six-month option to extend services. The Product Service Code is V112, and the associated North American Industry Classification System (NAICS) Code is 562112, reflecting hazardous waste collection and transportation services. The proposal due date is now August 15, 2024, at 12:00 pm Eastern Time, with questions due by July 9, 2024, at 12:00 pm Eastern Time.
    This amendment extends the due date for questions to July 9, 2024, and the due date for proposals to July 18, 2024, regarding a request for proposal (RFP) from the Naval Facilities Engineering Systems Command (NAVFAC) Washington. The RFP is for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring, performance-based hazardous waste services. The contract includes one base year and four twelve-month option years, with an additional six-month option to extend services. The services are required for various Navy sites within the Washington Navy Yard and surrounding regional locations in the Washington, DC, Metropolitan area. The scope of work includes hazardous waste management operations, watchstanders, spill containment and control, and the handling of hazardous materials, hazardous waste, and regulated waste. The Product Service Code is V112, and the associated North American Industry Classification System Code is 562112, reflecting hazardous waste collection and transportation. This RFP is restricted to a 100% Small Business Set-Aside Competition, with proposals due by July 18, 2024, at 12:00 pm Eastern Time.
    This file contains a solicitation for a contract to provide hazardous waste management services to the U.S. Navy. The contract is a small business set-aside, with a firm-fixed-price structure and an indefinite delivery, indefinite quantity (IDIQ) basis for ordering. The contract includes a one-year base period and four one-year option periods, with a six-month option to extend services. The services are required at various Navy and Marine Corps locations in the District of Columbia, Maryland, and Virginia, with a potential 100-mile radius of operation. The contractor will be responsible for hazardous waste management operations, providing watchstanders for specific Navy sites, and handling spill containment, spill control, cleanup, and removal. They will also manage hazardous materials, hazardous waste, regulated waste, and transportation. The minimum contract guarantee is set by the base year's total recurring work for nine site locations, with a maximum total potential ceiling value for the entire contract life. The solicitation includes detailed specifications and requirements for the services, as well as general administrative requirements. It covers insurance, safety, environmental management, and security requirements. The contractor must also provide a quality management system and plan, as well as a work management plan. Invoicing procedures and forms are outlined, and government-furnished items, facilities, and utilities are specified. The file also includes important dates and times, such as the proposal submission deadline of July 8, 2024, at 12:00 pm Eastern Time, and the deadline for questions on June 26, 2024, at 12:00 pm Eastern Time.
    This Request for Proposal (RFP) from the Naval Facilities Engineering Systems Command (NAVFAC) seeks bids for a performance-based contract for hazardous waste management services. The contract will be awarded to a small business and will include one base year and four twelve-month option years, with a six-month option to extend services. The services will be provided to various Navy and Marine Corps locations in the District of Columbia, Maryland, and Virginia, as well as some outlying areas. The services include hazardous waste removal and disposal, spill containment and control, and the transportation of hazardous materials, hazardous waste, and regulated waste. The contract will be firm-fixed-price and indefinite delivery indefinite quantity, with a minimum contract guarantee for the base year. Bids must include unit prices and amounts for contract line items, with the maximum total potential ceiling value established at the time of the award. The contractor will be responsible for all necessary labor, supervision, management, tools, materials, and equipment to perform the work. The RFP includes detailed specifications, requirements, and standards that bidders must adhere to, as well as information on key personnel, insurance, safety, environmental management, and invoicing procedures. Bids are due by July 8, 2024, and questions are due by June 26, 2024.
    The file contains a solicitation for a contract to provide hazardous waste management and disposal services to various US Navy and Marine Corps sites in the Washington, DC, area. The contract is a performance-based, firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a base year and four twelve-month option years, plus a six-month extension option. The services procured include recurring and non-recurring hazardous waste removal, disposal, and management operations, as well as spill containment and control, and transportation of hazardous materials, hazardous waste, and regulated waste. The North American Industry Classification System (NAICS) code is 562112, and the Product Service Code is V112, indicating transportation and motor freight services. The contract is set aside for small businesses, and the minimum contract guarantee is established by the base year's total recurring work for all nine site locations. The maximum total contract value, including all options, is set at the time of award. The contractor must provide all labor, supervision, management, tools, materials, equipment, and other necessities to fulfill the contract requirements. They must also comply with various administrative, personnel, security, safety, and environmental requirements. Invoicing and payment procedures are outlined, and the contractor must provide a Work Management Plan and other specified deliverables. The file includes detailed specifications, requirements, and standards for the services, as well as information on government-furnished and contractor-furnished items, insurance, and utility provisions. The contractor is responsible for obtaining necessary permits and licenses and must adhere to federal, state, and local laws and regulations. The evaluation of proposals will consider factors such as technical capability, past performance, and price, with the goal of selecting the offer that represents the best value to the government.
    This RFP, with an estimated value of $1,250,000, seeks to obtain hazardous waste services for the Naval Facilities Engineering Command. The contract is firm-fixed-price with an indefinite quantity, spanning a base period and four additional option periods. The contractor will be responsible for providing hazardous waste analysis, management, and inspections at various locations, including the Pentagon, Marine Barracks, Naval Surface Warfare Center, and the National Maritime Intelligence Center. The RFP includes detailed breakdowns of the services required at each location, with specific quantities and durations outlined for each task. The evaluation of proposals will consider factors such as technical capability, past performance, and price, with the goal of selecting a contractor who can effectively manage and dispose of hazardous waste for the Navy.
    This amendment to the solicitation for hazardous waste management services extends the proposal deadline to August 15, 2024, at 12:00 pm Eastern Time. The contract will be awarded to a small business as a firm-fixed-price, indefinite delivery, indefinite quantity contract with one base year and four twelve-month option years, plus a six-month option to extend services. The contract covers the provision of hazardous waste management operations, watchstanders, spill containment and cleanup, and hazardous material/waste/regulated waste transport for the Navy at various locations in the Washington, D.C., area, including the Washington Navy Yard, the Pentagon, and the United States Naval Academy. The contractor must provide all labor, supervision, management, tools, materials, equipment, and transportation necessary to perform these services. The contractor must also comply with safety, security, and environmental regulations and provide various reports and plans, including a Quality Management Plan, a Property Management Plan, and an Accident Prevention Plan. The total estimated value of the contract is not provided.
    This Request for Proposal (RFP) from the Naval Facilities Engineering Systems Command (NAVFAC) seeks bids for a contract to provide hazardous waste management services, including watchstanders, spill containment, and the removal and disposal of hazardous materials and waste, for the Washington Navy Yard and various surrounding regional locations. The contract is set aside for small businesses and will be a firm-fixed-price, indefinite delivery, indefinite quantity contract with one base year and four twelve-month option years, plus a six-month option to extend services. The minimum contract guarantee is set by the base year's total recurring work, and the maximum total potential ceiling value is established at the time of award. Bidders must provide unit prices and amounts for contract line items and exhibit line items, with pricing including applicable phase-in and phase-out costs. The government reserves the right to acquire additional environmental services at additional locations within the scope of the contract. The contractor will be responsible for all work up to the limits of liabilities specified and must protect government property, returning areas to their original condition at no cost to the government if damaged due to contractor negligence. The contractor must also obtain all required permits, licenses, and authorizations to perform the work and comply with all applicable laws and regulations. Invoicing instructions are provided, and the contractor will be billed directly for utilities provided to all contractor-occupied facilities. The contractor shall establish and maintain a quality management system and a complete work management plan, including work processes from requirement delivery to closeout.
    This file, labeled as containing historical data and vehicle requirements, seems to be an attachment to a larger RFP document. It provides insights into the government's previous experiences and sets expectations for vendors interested in the contract. The procurement objective is to establish a contract for hazardous waste management and disposal services across multiple sites. The historical data outlines the staffing distribution and vehicle requirements needed to satisfy permit requirements and regulatory compliance. For staffing, the attachment details the number of full-time equivalents (FTEs) for positions such as Supply Tech, HM Handler, Environmental Technician, Project Manager, and Chemist across various locations. This includes sites like NDW WNY, NDW Carderock, NSA Bethesda, the Pentagon, PAX, Webster, Solomon's, Dahlgren, Indian Head, Stump Neck, Annapolis, and the FBI at Quantico. In terms of vehicle requirements, the attachment specifies the types of trucks needed at each location, including their capacities, equipment (like lift gates and scales), and calibration requirements for accurate weight measurement. The scope of work for vendors includes not only providing the necessary staff and vehicles but also ensuring compliance with regulatory permits and timely response to clean-up requests, as outlined in the estimated spill and used containment/spill control materials section. While contract details are not explicitly mentioned, the historical data suggests that vendors will need to demonstrate their ability to meet these staffing and vehicle requirements, as well as ensure timely and compliant waste management services. Key dates and evaluation criteria are not apparent in this attachment, but it's clear that the government is seeking a vendor with the capacity and expertise to manage hazardous waste across a diverse set of locations, each with its own unique requirements and response expectations.
    This document outlines the terms, definitions, and references for a facilities support contract with the Naval Facilities Engineering Command (NAVFAC). The contract aims to procure maintenance and repair services for various government-furnished facilities (GFF) listed within. **Procurement Objective:** The primary objective is to obtain maintenance and repair services for multiple facilities within the Navy Yard, Pentagon, NSA Bethesda, Carderock, and other locations. **Specifications and Requirements:** The contract includes a range of facilities with specific requirements, such as storage lockers, buildings, and waste storage areas. The successful contractor will need to comply with various directives, instructions, and references, including safety, environmental, and waste management regulations. **Scope of Work:** The contractor will be responsible for providing maintenance and repair services, including the necessary personnel, tools, equipment, and materials to perform the work. They will also need to comply with response time requirements and work with government representatives to ensure the quality of services. **Contract Details:** While not explicitly stated, the contract likely involves a firm-fixed-price arrangement, with the contractor bidding on a unit price for an hour of work-in-place, which includes various direct and indirect costs. **Key Dates:** Not specified in this document, but likely includes submission deadlines and response time requirements for work orders. **Evaluation Criteria:** Not explicitly stated, but the contract will likely evaluate proposals based on technical expertise, experience, and ability to meet the defined specifications and requirements.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    I can help provide an overview of this file's contents, focusing on the procurement aspects. Please share the text, and I will get started.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    I can provide a summary based on the information you provide. Please share the contents of the file, and I will create a summary focusing on the procurement details as per your instructions.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    S222--New: 5-Year Ordering Period Contract: 11/01/2024-10/31/2029) Hazardous Waste Collection and Removal Services. Captain James A Lovell FHCC in North Chicago, IL.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year contract for hazardous waste collection and removal services at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This procurement aims to ensure compliance with environmental regulations while safeguarding public health through the professional management of various hazardous waste types, including flammable, corrosive, and toxic materials. The total contract value is estimated at $47 million, and it is set aside exclusively for small businesses, with responses due by 9:00 AM Central Time on October 28, 2024. Interested parties should direct inquiries to Contract Specialist Scott D. Sands at Scott.Sands2@va.gov, and a mandatory site visit is scheduled for October 17, 2024.
    S222--Hazardous Materials Disposal Services (VA-25-00005880)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide hazardous materials disposal services for the Northport and Bronx VA Medical Centers. This Sources Sought Notice aims to gather information for market research purposes as the VA prepares to replace expiring contracts at both locations, with services expected to commence on December 18, 2024, for Northport and February 1, 2025, for Bronx. The procurement is categorized under NAICS code 562112 (Hazardous Waste Collection), and the VA is particularly interested in small businesses, including those that are service-disabled veteran-owned, veteran-owned, women-owned, HUBZone, or 8(a) certified. Interested parties must submit a capability statement and relevant documentation to Contracting Officer Anthony Murray at Anthony.Murray2@va.gov and Contract Specialist Charles Collins at Charles.Collins@va.gov by the specified deadlines to be considered for this opportunity.
    DLA Disposition Services Hazardous Waste Removal New England Region
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified 8(a) small businesses for the removal, transportation, and disposal of hazardous waste in the New England region, specifically Connecticut, Massachusetts, Rhode Island, and Fishers Island, New York. The contract encompasses the management of various hazardous materials, including those regulated under the Resource Conservation and Recovery Act (RCRA), and is structured with a 30-month base period followed by a 30-month option period, with an anticipated start date of February 3, 2025. This procurement is critical for ensuring compliance with environmental regulations and maintaining safety standards at military installations. Interested contractors must submit their proposals to the primary contact, Jose Acevedo, at jose.acevedo@dla.mil, within 30 calendar days from the solicitation distribution date, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    S222--Environmental IDIQ Services for Hazardous Waste, Hazardous Material, Other Regulated Waste, and Spill Response at Joint Region Marianas, Guam
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Marianas, is seeking qualified firms to provide environmental indefinite delivery indefinite quantity (IDIQ) services for hazardous waste management and spill response at Joint Region Marianas in Guam. The procurement includes managing operations at a Resource Conservation and Recovery Act (RCRA) permitted Treatment, Storage and Disposal Facility (TSDF), overseeing multiple 90-Day Storage Facilities, and handling hazardous materials and waste, including used oils, asbestos, and lead-based paint. This opportunity is critical for ensuring compliance with environmental regulations and maintaining safety standards within the region. Interested parties must respond to this sources sought notice by 12:00 PM Guam Time on October 25, 2024, providing relevant company information and project experience to Jerica A. Santos at jerica.a.santos.civ@us.navy.mil.
    S222--Waste Removal Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Waste Removal Services at the Perry Point VA Medical Center in Maryland. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in a five-year Firm Fixed Price contract. The services are crucial for maintaining a clean and safe environment for veterans receiving care at the facility. Interested contractors must be registered in the System for Award Management (SAM) Database and submit their offers by October 18, 2024, at 1:00 PM Eastern Time. For further inquiries, potential bidders can contact Tracy Dotson at tracy.dotson@va.gov or by phone at (304) 429-6755.
    S222--Chemical Waste Disposal
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide Chemical Waste Disposal Services for the West Palm Beach VA Medical Center in Florida. The procurement involves the collection, transportation, and disposal of hazardous and regulated medical waste, adhering to strict federal regulations and safety protocols. This contract is crucial for maintaining environmental safety and compliance with national and local waste management standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by October 28, 2024, with a site visit scheduled for October 22, 2024. For further inquiries, contact Contract Specialist Kari Jeanlouis-Haliburton at kari.jeanlouis-haliburton@va.gov or 561-422-1278.
    Hazardous Wase Removal & Disposal- Belgium, Germany, & Netherlands
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified businesses for a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for hazardous waste removal and disposal services in Belgium, Germany, and the Netherlands. The contract will involve the removal, transportation, recycling, and disposal of hazardous and regulated substances, including Per- and Polyfluoroalkyl Substances (PFAS), from military installations and surrounding areas within an 80-kilometer radius. This procurement is crucial for maintaining environmental safety and compliance with regulations regarding hazardous waste management. Interested firms must submit a capabilities statement by 5:00 p.m. EST on November 1, 2024, to Melissa Herrick at melissa.herrick@dla.mil, with the NAICS code for this opportunity being 562211, which has a size standard of $41.5 million.
    DLA Disposition Services Spain Hazardous Waste Removal Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified businesses for hazardous waste removal services at U.S. military installations in Spain, specifically Rota and Morón. The procurement involves the transportation and disposal of various types of hazardous and non-hazardous waste, including RCRA hazardous wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs), in compliance with local, state, and federal regulations. This contract is crucial for ensuring environmental safety and regulatory compliance in waste management operations at these military bases. Interested firms must submit a capabilities package by 1300 EST on August 25, 2024, to Jose Acevedo at jose.acevedo@dla.mil, with no late submissions accepted.
    S205--Solid waste removal and recycling services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide solid waste removal and recycling services for the VA NY Harbor Healthcare System, covering multiple campuses in New York City. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total award amount of $47 million, effective from January 2, 2025, to December 31, 2025, with four potential option years. This initiative is crucial for ensuring compliance with federal, state, and local environmental regulations while promoting sustainability and effective waste management practices within VA facilities. Interested parties should contact Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov for further details and to ensure compliance with the outlined requirements, including limitations on subcontracting and quality assurance standards.
    North Florida Regional HW Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the North Florida Regional Hazardous Waste Removal contract, which involves the removal, transportation, and disposal of hazardous and non-hazardous wastes from military installations in North Florida. The contract will cover a 30-month base period from February 2025 to August 2027, with an option for an additional 30 months, and aims to ensure compliance with environmental regulations while promoting safe waste management practices. Interested contractors must submit their proposals by 1500 EST on November 12, 2024, and can direct inquiries to Michelle Watson at Michelle.Watson@dla.mil or Scott Marko at scott.marko@dla.mil.