Hazardous Material Storage Containers
ID: 89503325QWA000349Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-SIERRA NEVADA REGIONFOLSOM, CA, 95630, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)
Timeline
    Description

    The Department of Energy's Western Area Power Administration (WAPA) is seeking qualified vendors to provide Hazardous Material Storage Containers as part of a total Small Business set-aside procurement. The containers must meet all specifications outlined in the attached documentation, and the award will be based on the lowest priced quote that is technically acceptable. These storage containers are crucial for safely managing hazardous materials, ensuring compliance with safety regulations. Interested parties must submit their quotes, including a signed SF1449 form and delivery pricing, by August 5, 2025, with all inquiries directed to Hillary Cooper at hrcooper@wapa.gov or by phone at 916-353-4052.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hazardous Waste Transportation and Disposal Services
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for Hazardous Waste Transportation and Disposal Services. The primary objective is to identify companies capable of providing professional hazardous waste management, including transportation and disposal services, to support NREL's operations, which generate various regulated and non-regulated waste streams. This procurement is crucial for ensuring safe and compliant waste management practices, with services potentially including lab pack chemist support and bulk waste disposal. Interested companies must submit capability statements, rough order of magnitude estimates, and lead times by December 19, 2025, with the project anticipated to start in February 2026 and extend for up to 60 months. For further inquiries, contact Alex Joseph at ASP.Responses@nrel.gov.
    REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M
    Buyer not available
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is seeking proposals for a Request for Proposal (RFP 386369) to lease warehouse space as part of its exit strategy from an outdated facility. The procurement requires a minimum of 30,000 square feet and a maximum of 215,000 square feet of contiguous warehouse space, along with at least 5,000 ABOA square feet of office space, all located in a modern building with a minimum clear ceiling height of 20 feet and additional laydown yard space. This initiative is critical for supporting the Hanford cleanup operations, ensuring compliance with federal, state, and local regulations, and maintaining high standards of safety and quality. Interested offerors must submit their proposals by December 29, 2025, and direct any inquiries to Kristina Hamby at kristinaghamby@rl.gov or by phone at 509-376-3011.
    Hazardous Waste Testing
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide hazardous waste testing, packaging, and transportation services for various installations on the Island of Oahu, Hawaii. The contractor will be responsible for sampling, testing, packaging, and transporting hazardous waste in compliance with OSHA, EPA, DOT, and local regulations, requiring a qualified Project Manager with HAZWOPER and RCRA certifications. This procurement is critical for ensuring environmental safety and compliance, with the contractor liable for all costs associated with environmental non-compliance and cleanup. Interested firms must submit their capability statements to Travis Tonini at travis.c.tonini.civ@army.mil by December 9, 2025, at 10:00 am Hawaii Standard Time to express their intent to bid on this opportunity.
    Auto Parts Blanket Purchase Agreement
    Buyer not available
    The Department of Energy, specifically the Western Area Power Administration (WAPA) in the Rocky Mountain Region, is seeking to establish a Blanket Purchase Agreement (BPA) for the supply of automotive parts. This procurement is set aside for small businesses and aims to fulfill the needs of WAPA's operations in Loveland, Colorado, with a focus on items categorized under Heavy Duty Truck Manufacturing and miscellaneous engine accessories. The selected vendor will be responsible for providing pricing for each item listed in the attached documentation, which is critical for determining the overall procurement strategy. Interested parties should direct their inquiries to Cody Martin at ctmartin@wapa.gov or by phone at 701-221-4515 for further details.
    Containers, Packaging and Packing Supplies
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to provide containers, packaging, and packing supplies under a Total Small Business Set-Aside. This procurement aims to establish Blanket Purchase Agreements (BPAs) to facilitate the acquisition of these commercial items, which are essential for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, at 1:00 PM (EST) to Karin Quagliato via email at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321. The BPA will have a master dollar limit of $4,999,999 over five years, with individual calls not exceeding $250,000, and payments will be processed through Government credit cards or Wide Area Workflow (WAWF).
    Wazer Pro Bundle (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    W099--Office Containers- Additional Office Space (FY26)
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the procurement of office containers to provide additional temporary office space at the Manchester VA Medical Center, necessitated by flood damage. The requirement includes two 20-foot and one 40-foot metal office containers, with specific interior build-out specifications such as PVC/plastic walls, vinyl flooring, LED overhead lighting, and 110V power with approximately six outlets, while no plumbing or ADA provisions are required. This procurement is set aside for Veteran-Owned Small Businesses and aims to facilitate the timely delivery and installation of the units, with an intended occupancy date of February 2, 2026. Quotes are due by November 14, 2025, and interested vendors should contact Contract Specialist Shawn Lawrence at Shawn.Lawrence@va.gov or 203-932-5711 for further details.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. The tanks must meet specific design and performance criteria, including compatibility with existing models, UV and weather resistance, and compliance with ANSI/NSF 61 for potable water. This procurement is critical for maintaining water reserves at the refuge, ensuring environmental sustainability and wildlife support. Quotes are due by December 22, 2025, at 5:00 pm EST, and interested parties should submit their proposals via email to Khalilah Brown at khalilahbrown@fws.gov.