Sierra-Bridgeport Hazardous Waste Removal and Disposal
ID: SP450025R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSTION SERVICE - EBSBATTLE CREEK, MI, 49037-3092, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Sierra-Bridgeport Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations within a 50-mile radius of Bridgeport, California, in compliance with environmental regulations. The contract is a Total Small Business Set-Aside, with a base period of 30 months and an option for an additional 30 months, emphasizing the importance of environmental responsibility in federal operations. Interested contractors must submit their proposals by March 12, 2025, and can direct inquiries to James Mayotte at james.mayotte@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.

    Files
    Title
    Posted
    The Sierra-Bridgeport Regional HW Disposal Contract details the processes for the removal, transportation, and disposal of various waste types, including hazardous and non-hazardous materials from military installations within a 50-mile radius. The contract outlines three main phases: Pre-Removal, Removal, and Post-Removal, delineating specific responsibilities for contractors and necessary documentation. Key elements include the proper selection of Contract Line-Item Numbers (CLINs), compliance with environmental regulations, and detailed reporting requirements. The contractor must ensure personnel are trained and equipped to handle hazardous materials safely. Moreover, the document emphasizes the need for accurate waste classification, notification protocols for waste pickups, and strict performance standards. The contract operates under a firm-fixed price structure with a 30-month base period and an option for an additional 30-month period, allowing for modifications based on government needs. The document serves as a vital resource for compliance and operational efficiency, reflecting federal priorities in waste management and environmental protection.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefits applicable to federal contracts. It outlines two key wage regulations based on contract dates: Executive Order 14026 (effective January 30, 2022) mandates a minimum wage of $17.75 per hour for covered workers in 2025, while Executive Order 13658, applicable for contracts awarded between January 1, 2015, and January 29, 2022, sets a rate of $13.30 per hour. Each occupation associated with contracts for hazardous cleanups contains region-specific wage rates, with notable job classifications like Heavy Equipment Operators and Truckdrivers. Fringe benefits include health and welfare compensation, vacation, and holiday pay, which ensure worker protections. The document also outlines provisions for employee uniform costs and the process for classifying additional job roles through a conformance request using Standard Form 1444. This wage determination framework supports compliance with federal labor standards, ensures fair compensation, and is integral to government RFPs and grants, promoting equitable pay practices for workers engaged in federal contracts.
    This document catalogs receipts and statuses of government RFPs, federal grants, and state/local RFPs from various dates in 2024 to 2025. It provides a detailed timeline of submissions, closed statuses, and authorized payment indicators, indicating the operational procedures within federal funding frameworks and the management of relevant procurement requests. Each entry identifies a unique alphanumeric code (HIN) associated with the transaction, its date of receipt, closing dates, and whether it has been authorized for payment. Repeated codes suggest multiple transactions or contracts under similar categories, emphasizing the volume of contract actions. The documentation underscores the government’s efficient processing of grants and requests while ensuring compliance with administrative protocols. This record serves as a vital reference for tracking progress, financial accountability, and adherence to acquisition standards, reflecting an organized approach towards public sector funding mechanisms.
    The document presents a Facility Profile Sheet for Red River, outlining essential details related to waste and scrap processing at the facility. It includes a request for the DLA Disposition Services Facility ID number, specifies the requirement to identify the disposal or recycling process for each type of waste or scrap handled, and lists corresponding CLIN (Contract Line Item Number) details. The sheet requests contact information for the principal owner and facility representatives, such as email, fax number, and telephone number. The intent of the document aligns with the requirements of federal RFPs, indicating a structured approach to managing waste and scrap to ensure compliance with governmental regulations. It serves as a standard format for facilities to provide relevant details necessary for approval and oversight regarding waste management practices, showcasing the government's commitment to environmental responsibility in its procurement processes. Overall, the document seeks to compile necessary facility data to facilitate ease of reference and compliance verification for federal initiatives.
    The Transportation Profile Sheet belonging to Red River contains essential data regarding the transportation of waste and scrap commodities. It is structured to collect comprehensive information about transporters, including their DLA Disposition Services Transporter ID, relevant permits, authorizations, and licenses. Key details requested include the permitting authority, permit number, expiration date, country, type of waste or scrap authorized, as well as contact information for the principle owners and company representatives. The document also includes a continuation page for additional permitting information. This form is likely part of a larger submission process related to government RFPs, federal grants, and state/local RFPs, ensuring compliance with regulations governing waste transportation and disposal. Overall, the document underscores the need for meticulous record-keeping and adherence to waste management standards within governmental frameworks.
    The document serves as a draft revision for the DLA Form 2505, focusing on the invoicing process related to hazardous item disposal under federal contracts. It outlines the required information for reporting quantities of hazardous materials disposed of or received, including details like line item numbers, document numbers, hazardous item numbers, and manifest documentation. Specific instructions detail what to complete based on whether a certification of destruction or recycling is needed. The data structure is organized into columns that facilitate tracking and reporting of disposed waste, ensuring compliance with environmental regulations. The form emphasizes accuracy and completeness of contract performance data as a requirement for invoicing. Overall, it aims to streamline the disposal documentation process for federal contracts concerning hazardous waste management, reflecting adherence to environmental standards and fiscal responsibility.
    This document outlines requirements for federal contract offerors, specifically addressing responsibility matters and tax obligations related to foreign procurements. It includes definitions of key terms, such as 'administrative proceeding' and 'principal,' and requests offerors to assess their current active federal contracts and grants exceeding $10 million. Offerors must disclose any past criminal, civil, or administrative proceedings that resulted in fines or other liabilities in the last five years. Additionally, the document specifies conditions under which a 2% tax applies to payments made to foreign persons for federal procurements and details the exemption process via IRS Form W-14. It emphasizes the need for accurate reporting and compliance with tax regulations, highlighting the importance of maintaining good standing in the Federal Awardee Performance and Integrity Information System (FAPIIS). Overall, this provision serves to ensure transparency, accountability, and tax compliance within the federal procurement process, significantly impacting both federal contracts and grants eligibility.
    The document outlines the Price Schedule for the federal procurement related to hazardous waste management and disposal under PR # 24-BE-173 for Sierra-Bridgeport. It details various items and services required during both the base and option periods, listing estimated quantities, units of measurement, and associated prices, all reflecting zero cost at this stage. Key tasks include hazardous waste profiling, laboratory pack preparations, industrial cleaning services, and the management of diverse types of waste—ranging from batteries and aerosols to compressed gas cylinders and PFAS-related materials. The pricing structure specifies services for both contractor and government-provided containers and emphasizes compliance with environmental regulations. The scope of work also mentions various waste analysis methods in alignment with EPA standards. This document serves as a comprehensive framework for contractors to understand necessary deliverables while ensuring adherence to regulatory requirements in hazardous waste handling and disposal.
    The document outlines contact information for various military and government facilities in California and Nevada, primarily focused on environmental management and hazardous material disposal. Key facilities include the Marine Corps Mountain Warfare Training Center in Bridgeport, CA, and multiple locations within the Sierra Army Depot in Herlong, CA. Each entry provides the facility's address, EPA ID, DODAAC, primary points of contact (POCs), and contact details, including phone numbers and email addresses. The listed military installations, such as the Fallon Naval Air Station and Reno Air National Guard, are integral to environmental management services, highlighting their roles in compliance with federal regulations related to potential hazardous materials. The document serves as a resource for stakeholders involved in federal grants, RFPs, and environmental initiatives, coordinating communication and the management of environmental concerns across specified locations in these states.
    This government document outlines the additional contract terms and conditions for a solicitation involving federal acquisitions. It references specific Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that are incorporated by reference, thereby holding the same legal weight as if fully stated. Notable clauses address topics such as personal identity verification of contractor personnel, procurement restrictions related to specific companies, small business utilization, and service contract labor standards. The document emphasizes the ordering process, including issuing delivery or task orders while detailing minimum and maximum order limitations. It further outlines provisions regarding contract extensions and security requirements for contractor personnel. The information provided is crucial for contractors looking to engage in the bidding process for federal contracts, ensuring compliance with established regulations and promoting responsible business practices. Ultimately, the document underscores the government's commitment to regulatory oversight, security compliance, and support for small businesses in federal contracting.
    This document outlines additional contract terms and conditions relevant to a federal acquisition solicitation, which incorporates various Federal Acquisition Regulation (FAR) clauses and provisions by reference. Key FAR clauses include rules on gratuities, personal identity verification, and safeguarding contractor information systems. Specific clauses emphasize compliance with laws regarding child labor, veteran opportunities, and payment practices to small businesses. Additionally, it details Defense Federal Acquisition Regulation Supplement (DFARS) clauses that relate to contracting officer responsibilities, antiterrorism training, and information safeguarding. Notable provisions address compliance with domestic sourcing laws and prohibitions against contracting with entities linked to geopolitical concerns, such as those involving the Maduro regime and certain regions in China. The document ensures that contractors are aware of the legal and ethical obligations associated with government contracts, reinforcing the significance of compliance in procurement processes. The overarching purpose is to establish a framework for executing the contract in alignment with federal regulations, promoting integrity, accountability, and support for small businesses among contractors, while also prioritizing national interests.
    The document outlines the DLA Disposition Services' requirements for submitting electronic proposals in response to solicitation SP450025R0002, specifically concerning hazardous waste disposal services. It emphasizes that all offers must be emailed and specifies acceptable electronic formats, such as Microsoft Office files, Adobe PDF, and HTML without active links. Proposals must consist of two volumes: Volume I includes certifications and a price schedule, while Volume II contains past performance information. Offerors are instructed to limit pricing to one per contract line item and ensure submissions are virus-free. Past performance must reference up to three similar contracts from the last two years, detailing relevant work performed and project contacts. If no past performance is available, a statement must be included in Volume II to avoid disqualification. The proposal submission period is set at 90 days, during which offers must remain firm. This guidance is crucial for ensuring compliance with federal procurement standards and securing competitive, qualified bids from contractors in the hazardous waste sector.
    The document outlines the evaluation process for government RFPs, focusing on the best value source selection method. It emphasizes that past performance is significantly more important than price in determining which proposal to award. The evaluation will consider a Past Performance factor and a Price factor, with the Government conducting a Performance Confidence Assessment of each offeror based on their submitted Past Performance Information (PPI) relative to the project's requirements. Offers will undergo a price evaluation that includes any options, and an additional 20% of the last priced performance period for potential service extensions. The document also mentions the potential for certain offerors to be exempt from past performance evaluations if their pricing is determined to be less competitive. In such cases, if an offeror does not have a documented past performance record, they will neither be awarded a positive nor negative assessment. This process reflects the government’s focus on evaluating proposals efficiently while ensuring the selected offerors can effectively meet their contractual obligations. Overall, the document serves as a guideline for offerors on how their submissions will be assessed in relation to past performance and price competitiveness.
    The document is a Past Performance Information (PPI) Questionnaire intended for bidders involved in hazardous waste removal, transportation, and disposal services under the Defense Logistics Agency's (DLA) Solicitation No. SP450025R0002. It outlines responsibilities for the offeror and their references, detailing information that must be provided, including the offeror's firm details, contract performance history, and evaluations from references. The document consists of two primary sections: Section 1, for the offeror's completion, seeking contract specifics and performance metrics, and Section 2, for references to rate the offeror's performance across various criteria—quality of service, schedule adherence, management skills, and regulatory compliance—using a detailed adjectival rating scale. Key points include: - Importance of feedback from references regarding past contract performance. - The evaluation matrix to assess offeror capabilities and compliance with contract terms. - Guidelines for submitting the completed questionnaire to ensure timely government review. This PPI Questionnaire serves as a critical tool for the government in assessing potential contractors' qualifications and past performance, which is essential in the procurement process for hazardous waste management services. The completion and submission of this document are integral to the federal acquisition cycle, ensuring high standards and accountability in contractual partnerships.
    The CAC Application Process outlines the procedure for contractors to obtain, control, and report on Government-issued Common Access Cards (CACs). Contractors must ensure that each employee needing a CAC completes specific forms, including DLA Form 1728 and DoD Form 1172-2. Once forms are submitted and verified, employees receive notification to obtain their CAC from a RAPIDS office. The contractor must establish protocols to control CAC usage, ensure security, and act promptly if a CAC is lost or stolen. Contractors must submit monthly reports listing employees with CACs and their status. Compliance is mandated as part of DLA security measures, with violations potentially leading to work stoppages, payment issues, or documentation in the Contractor Performance Assessment Reporting System (CPARS). This structure emphasizes maintaining security in governmental processes, reflecting its importance in contracts related to federal grants and local state RFPs.
    The Contractor Work Surveillance Checklist outlines the requirements for monitoring Industrial Cleaning Services (ICS) under specified CLINs. It serves to ensure compliance with project standards during contractor operations. The checklist includes critical components such as the crew’s timely arrival, possession of essential equipment like vacuum trucks and power washing units, and adherence to safety regulations with appropriate PPE. Additionally, it evaluates the equipment’s operational status, the cleanliness of the vacuum truck, and its inspection by a government representative before use. The designated government representative must document their assessment and satisfaction with the work performed. This checklist is a vital tool for federal, state, and local agencies to maintain oversight of contractor performance, ensure regulatory compliance, and uphold project integrity throughout service delivery. Its implementation is essential for mitigating risks associated with environmental services involving hazardous materials.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Southeast Regional HW Incineration
    Dept Of Defense
    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.
    Sources Sought Hazardous Waste Removal Alaska
    Dept Of Defense
    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.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Harrisburg Site Cleanup project in Pennsylvania. The procurement involves debris removal and mutilation services at the DLA DS Susquehanna site, with the objective of restoring a former scrap yard to its original condition within three months of contract award. Contractors will be responsible for the systematic removal, shredding, and disposal of all scrap materials, ensuring compliance with all applicable regulations, while retaining any revenue from recycled materials. Interested parties must submit their quotes by 1:00 p.m. Eastern Standard Time on the specified date, and can reach out to Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further inquiries.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for Hazardous Waste Treatment and Disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement involves comprehensive waste management, including the characterization, packaging, transportation, and disposal of various hazardous and non-hazardous waste streams, adhering to federal and state regulations. This contract is crucial for maintaining compliance with environmental standards and ensuring the safe disposal of waste generated by the medical facility. Interested parties must submit their proposals by December 18, 2025, at 12:00 PM NOON, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000, including options. For further inquiries, contact Morgan Stein at Morgan.Stein@va.gov.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    IFB 33-5054 - METALLIC and NON-METALLIC SCRAP SALE, BARSTOW, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of metallic and non-metallic scrap located in Barstow, California, under Invitation for Bid (IFB) No. 33-5054. This procurement involves a three-year term contract for various scrap materials, including iron, steel, textiles, and aluminum, with bidders required to submit proposals using Standard Forms SF114 and SF114A by the closing date of January 6, 2025, at 1:00 p.m. EST. The successful bidder will be determined based on the highest unit price bid per line item and must comply with federal, state, and local regulations, including undergoing a pre-award survey for environmental responsibility. Interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.
    Trash Disposal Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    Hazardous Waste Transportation and Disposal Services
    Energy, Department Of
    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.