emergency response to an Illicit Hazardous Environment (IHE) cleanup in Waco, Texas
ID: D-26-FS-0017Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS

NAICS

Hazardous Waste Treatment and Disposal (562211)
Timeline
    Description

    The Department of Justice, through the Drug Enforcement Administration (DEA), intends to award a sole source purchase order to Heritage Environmental Services for emergency response to an Illicit Hazardous Environment (IHE) cleanup in Waco, Texas. This procurement involves hazardous waste treatment and disposal services, which are critical for ensuring public safety and environmental protection in the aftermath of hazardous incidents. The acquisition will be conducted under FAR Part 13 “Simplified Acquisition Procedures,” with a firm-fixed price purchase order anticipated. Interested vendors may submit a capability statement by November 3, 2025, at 10:00 am Eastern Time, to Alycia Spears at alycia.spears@dea.gov, as this notice is not a request for competitive offers.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    X10 Drone Multi-Viewer Live Streaming
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    F--Emergency Remedial Response Services (ERRS 6)
    Buyer not available
    The U.S. Environmental Protection Agency (EPA) Region 1 is planning to issue a competitive small business set-aside solicitation for Emergency and Rapid Response Services (ERRS) to address time-critical removals and rapid remedial actions related to hazardous materials and environmental threats. The procurement aims to provide essential services in response to incidents involving oil, hazardous substances, and other pollutants, including those arising from acts of terrorism and natural disasters, within the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, and 10 Tribal Nations. This contract will be a performance-based indefinite delivery/indefinite quantity (ID/IQ) type, with a maximum duration of 60 months, and is expected to be awarded based on a best value approach. Interested parties should monitor the Federal Business Opportunities website for the forthcoming solicitation number 68HE0125R0004 and direct any inquiries to Caitlin Rodgers at rodgers.caitlin@epa.gov or Ian Epstein at Epstein.Ian@epa.gov.
    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.
    Sources Sought Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    Emergency Response Basic Ordering Agreement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing emergency response services through a Basic Ordering Agreement (BOA) for oil spill containment, cleanup, and mitigation across U.S. waters. The procurement aims to identify contractors who can deliver all necessary labor, materials, equipment, and supervision to effectively respond to hazardous substance incidents, with coverage extending to all U.S. territories, including Puerto Rico and Guam. This initiative is critical for maintaining environmental safety and compliance with the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program, which ensures that responders meet specific operational standards. Interested parties must submit their capability statements, including detailed company information and past performance records, to Susan B. Lawson at susan.b.lawson@uscg.mil and Axel Doody at axel.f.doody@uscg.mil by the specified deadline, as this notice serves solely for market research and does not constitute a solicitation for proposals.
    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.
    HOTEL ROOMS FOR PARTICIPANTS OF SIU #126
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source Purchase Order for hotel accommodations to the Comfort Inn for participants of SIU 126. The requirement includes 25 double occupancy rooms from January 17, 2026, to February 14, 2026, with the hotel conveniently located near the DEA Training Academy and various dining options. Interested vendors may submit a capability statement by December 9, 2025, at 10:00 A.M. Eastern Time, to Lori A. Love at Lori.A.Love@dea.gov, as the procurement will follow FAR Part 13 Simplified Acquisition Procedures, with a firm-fixed price anticipated for the award.
    OIL1100 ISOSOLV BPA
    Buyer not available
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) intends to award a sole source Firm-Fixed-Price Blanket Purchase Agreement (BPA) to Ecolink Inc. for the procurement of OIL1100 - ISOSOLV LOW VOC WIPE in 55-gallon drums. This BPA is essential for maintaining the numbering blocks used in currency production at BEP's Eastern and Western Currency Facilities, aiming to enhance efficiency and prevent stock-outs of critical consumable spare parts over a five-year period. Interested vendors must demonstrate their capability to fulfill the requirement without compromising quality and must be registered in the System for Award Management (SAM). Capability statements are due by 3:00 PM EST on December 19, 2025, and should be submitted via email to Jason Roberts at jason.roberts@bep.gov.
    Red River Army Depot Sale of Containers (TOTE)
    Buyer not available
    The Department of Defense, through the Red River Army Depot, is offering a procurement opportunity for the sale of 100 used Intermediate Bulk Containers (IBCs), which are classified as surplus property. The IBCs, constructed from high-density polyethylene and encased in metal cages, previously held non-hazardous and/or hazardous materials and are required to be recycled by a legitimate recycler, with a minimum order of 25 containers per buyer. These containers are essential for resource conservation and recovery, as they must meet specific criteria under the Resource Conservation and Recovery Act (RCRA) to be considered "empty" and exempt from hazardous waste regulations. Interested parties should contact Deandre Brown at deandre.r.brown.civ@army.mil or Justin Reid at justin.s.reid4.civ@army.mil for further details, and note that business hours for item pick-ups are Monday through Thursday, requiring at least two business days' notice.
    Southeast Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.