North Florida Regional HW Removal
ID: SP450024R0021Type: 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)
Timeline
    Description

    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 and within a 50-mile radius. The contract is structured to cover a 30-month base period from February 2025 to August 2027, with an option for an additional 30-month period, emphasizing compliance with environmental regulations and safety standards in hazardous waste management. Interested contractors must submit their proposals by 3:00 PM EST on October 24, 2024, to Michelle Watson at Michelle.Watson@dla.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including past performance and pricing considerations.

    Files
    Title
    Posted
    The North Florida Hazardous Waste Disposal contract outlines a comprehensive RFP for the provision of containers and services related to the disposal of various hazardous materials over a 30-month period. It details items like roll-off boxes, vacuum boxes, and FRAC tanks for daily, weekly, monthly, and yearly rentals, with specific quantities and expected tasks delineated for proper waste management. In addition to waste container rentals, the document specifies the need for sampling and analysis for hazardous waste characteristics as per EPA regulations, including testing for toxicity characteristics and PFAS compounds using accredited methods. The extensive list includes gloves, absorbents, and various specialized containers for disposal, underscoring the importance of strict adherence to hazardous waste management guidelines. Key services also encompass industrial cleaning, expedited removal, and management services for transporting hazardous materials. The document emphasizes compliance with environmental regulations and the need for certified disposal methods, ensuring safety and legal standards are met. This RFP reflects the government’s commitment to responsible waste management and environmental protection during the disposal of hazardous materials.
    The Contractor Work Surveillance Checklist outlines the requirements for monitoring Industrial Cleaning Services (ICS) under specific Contract Line Item Numbers (CLINs). It serves as a tool for designated government representatives to ensure compliance during the cleaning process. Key items to be documented include the punctuality of the work crew, the availability and functionality of necessary equipment like a vacuum truck and power washing unit, and adherence to safety standards such as the use of personal protective equipment (PPE). Representatives are also required to inspect the equipment, assess proper waste handling, and confirm that all tasks meet satisfaction. This checklist emphasizes structured oversight in federal and state contracts, contributing to effective waste management and operational accountability while ensuring that all services comply with environmental regulations and government standards.
    The Contractor Work Surveillance Checklist serves as a formal assessment tool for monitoring the placement and removal of rented roll-off boxes (ROB) or vacuum boxes. It outlines the required steps and conditions to ensure that contractors fulfill their obligations under federal contracts. Key components of the checklist include verifying the contractor’s punctuality, equipment compliance, and the condition of the containers upon arrival, such as the presence of necessary liners and tarps. The checklist also mandates inspections by a designated government representative to note any defects, safety operating procedures, and overall satisfaction with the work performed. A detailed record-keeping system is in place for documenting comments and potential issues to ensure accountability and quality control. This checklist is critical in maintaining compliance with government regulations in waste management operations, underscoring a commitment to safety and operational standards within the context of federal and local procurement processes.
    The document is a draft revision of the DLA Form 2505, used for invoicing and tracking the disposal of hazardous materials in compliance with federal contracts. It outlines the required fields and instructions for accurately documenting various details such as line item numbers, hazardous item numbers, quantities picked up and disposed, manifest numbers, and facility EPA identification numbers. Special instructions are included for handling foreign contracts and those containing specific line requirements for certifications of destruction or recycling. The main purpose of this form is to ensure that contractors adhere to contractual obligations regarding hazardous material disposal, providing a clear record of environmental compliance and disposal practices. The structured format mandates comprehensive reporting of all actions taken during the disposal process, serving government oversight and environmental safety objectives.
    The North Florida Regional Hazardous Waste (HW) Disposal Contract outlines the responsibilities and procedures for removing, transporting, and disposing of various hazardous and non-hazardous wastes near military installations. The contract is structured around three main phases: Pre-Removal, Removal, and Post-Removal, detailing the qualifications for contractors and specific requirements for waste handling according to RCRA and state regulations. Key components include the management of waste types such as PCBs and PFAS, compliance with safety and transportation guidelines, and the necessary documentation for waste disposal. The contractor must provide personnel trained in hazardous materials management and maintain appropriate safety equipment, ensuring responsive measures are in place for potential spills during operations. Each Task Order (TO) has associated contractual conditions, including pricing structures based on container sizes and waste volumes. The contract also emphasizes communication protocols and security requirements for personnel accessing government installations. Overall, this document ensures that hazardous waste management aligns with legal and safety standards, protecting public health and the environment throughout the disposal process.
    The document is a detailed directory of various military and government facilities, primarily focused on environmental compliance regarding hazardous waste management. It includes the names, addresses, EPA IDs, and DODAACs (Department of Defense Activity Address Codes) for numerous installations in Florida and Georgia, such as Naval Station Mayport and Naval Submarine Base Kings Bay. The information is structured in a tabular format, categorizing facilities by state and providing points of contact (POCs) for further communication. Each facility’s specific location, purpose, and associated DODAACs are emphasized to facilitate the management and disposal of hazardous materials in compliance with federal regulations. The instructions toward the end outline how to populate and manage data for generators and CORs (Contracting Officer Representatives), indicating a focus on maintaining organized record-keeping within government agencies. This document serves as a resource for those involved in waste management and environmental compliance in military contexts, illustrating the government's emphasis on safety and regulatory adherence.
    The document serves as a Past Performance Information (PPI) questionnaire for offerors participating in a federal Request for Proposals (RFP) related to hazardous waste removal and disposal服務 for Defense Logistics Agency (DLA) Disposition Services. Offerors are tasked with submitting references along with performance evaluations using a structured scoring system that rates various aspects of their service delivery, including quality, schedule adherence, management, and regulatory compliance. The questionnaire is divided into two sections: one for the offerors to provide their information and a second where their references evaluate their performance using a 5-point scale from "Unsatisfactory" to "Exceptional." Key performance metrics assessed include compliance with contract requirements, documentation accuracy, and timeliness of services. An additional section allows for written comments and recommendations for future contracts. This document is critical in the federal procurement process, as it incorporates direct feedback from clients to ensure that selected contractors meet or exceed required service levels while adhering to regulatory standards in handling hazardous materials.
    This document details the Wage Determination No. 1996-0223, issued by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage requirements for contractors and subcontractors involved in federal service contracts, emphasizing adherence to Executive Orders 14026 and 13658, which set wage standards. Beginning January 30, 2022, contracts renewed or extended must ensure workers receive at least $17.20 per hour, while contracts awarded between 2015 and 2022 may be subject to a lower minimum of $12.90, unless otherwise specified in the wage determination. The document specifies wage rates for various occupations by region, including heavy equipment operators, laborers, and truck drivers. It establishes health and welfare benefits, paid sick leave adherence, and vacation policies for employees. It further details uniform responsibilities and a classification process for unlisted job titles, ensuring workers receive appropriate wages and benefits. The main purpose of this register is to provide federal contractors with essential wage information, ensuring compliance with federal contracting laws and worker protections across various occupations, thereby promoting fair labor standards within government contracts.
    This document outlines the additional contract terms and conditions relevant to a federal acquisition, incorporating various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference. It specifies obligations related to contractor personnel, safeguarding information systems, payment terms, and labor standards. Key clauses enforce ethical business practices, such as prohibitions on contracts with companies tied to Kaspersky Lab or the Maduro regime, and outline requirements for reporting executive compensation. The document details the ordering and contracting methods, including delivery order specifications and limits on order amounts. Furthermore, it lists provisions on small business utilization and addressing employment rights. The main purpose of the document is to ensure compliance with federal laws and regulations throughout the contracting process, emphasizing transparency and ethical considerations. This summary encapsulates only the essential components of the contract terms, maintaining a focus on their relevance within the context of government RFPs and obligations to uphold federal standards.
    The document outlines the procedure for contractors to obtain, manage, and return Government-issued Common Access Cards (CACs) under federal contracting. It details the completion of specific forms (DLA Form DH 1728 and DoD Form 1172-2) by contractor employees, who must verify their identity through notarization if needed. Once approved, employees obtain CACs from Real-Time Automated Personnel Identification System (RAPIDS) offices and must notify the Contracting Officer's Representative (COR) about each CAC issued. Contractors are responsible for ensuring secure use of these cards, reporting lost or stolen CACs immediately, and overseeing their return upon contract completion or employee reassignment. There are stringent reporting requirements for the contractor, mandating monthly updates to the COR regarding CAC issuance and retention needs. Compliance with these procedures is critical as failure to adhere can lead to contract violations and consequences like work stoppages, delayed payments, and negative performance assessments. This document emphasizes the importance of security measures and accountability in managing Government-issued access credentials within federal contracting frameworks.
    This document provides instructions for submitting electronic proposals in response to the DLA Disposition Services' solicitation SP450024R0021, specifically for hazardous waste disposal. Offers must be submitted via email in approved formats such as Microsoft Office files or PDF, and the maximum size allowed is five megabytes per email, which can be sent in multiple parts. Proposals are required to include three volumes: Volume I - Proposal Certifications and Price Schedule; Volume II - Past Performance Information; and Volume III - Small Business Participation Plan and Subcontracting Plan. The proposal must contain specific information for each volume, including certifications, contact information, price schedules, and past performance references. The past performance section should reflect relevant contracts from the last two years. Small business offerors must detail their participation plans, while large businesses need to submit a subcontracting plan compliant with federal regulations. Offerors must ensure their submissions are virus-free and secure, as any unreadable documents will be disqualified. The submission deadline is crucial, with provisions for late proposals outlined. Security measures are emphasized, including the requirement for passwords if proprietary information is included. Overall, this guidance aims to streamline the proposal submission process while ensuring compliance with government standards.
    The document outlines the evaluation process for government proposals under a federal solicitation, emphasizing a "best value" approach in the award selection. It details three primary evaluation factors: Past Performance, Small Business Participation, and Price. Past Performance holds the most weight, with the evaluation conducted on a subjective basis using relevant data from various sources, including the Contractor Performance Reporting System. Small Business Participation Plans are assessed for commitment to small business utilization, while Price is analyzed for reasonableness in accordance with established guidelines. The evaluation process also incorporates the consideration of options, adding potential future costs to the basic requirement for a comprehensive price assessment. There is a provision for non-price factor review, indicating that the government may selectively evaluate proposals based on the competitive pricing. The document provides insights into how these evaluations lead to determining an offeror's capability and likelihood of fulfilling the contract requirements, ultimately ensuring that proposals align with the government's objectives and standards in procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure and a performance work statement detailing specific requirements. Proposals are due by 1500 EST on October 4, 2024, and interested parties should direct inquiries to Raymond Empie at raymond.empie@dla.mil or by phone at 269-961-5034.
    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.
    Hazardous Waste Disposal San Diego
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste disposal services in San Diego, California. The procurement aims to identify capable firms, particularly those classified as 8(a), HUBZone, woman-owned, and service-disabled veteran-owned, to manage the transportation and disposal of various hazardous and non-hazardous wastes, including RCRA hazardous wastes, PCBs, and PFAS-related materials, in compliance with all applicable regulations. This contract is critical for ensuring safe and environmentally responsible waste management from military installations, with a proposed structure of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity Services Contract, anticipated to span a 30-month base period followed by a 30-month option period. Interested firms must submit a capabilities package by 11:00 EST on September 20, 2024, to Andrea Tichenor at andrea.tichenor@dla.mil, with further details available in the draft documents provided.
    San Joaquin Hazardous Waste Removal and Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for the San Joaquin Hazardous Waste Removal and Disposal project. This opportunity involves the removal, transportation, and disposal of various hazardous wastes, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations within a 50-mile radius of specified pickup locations. The selected contractor will be responsible for ensuring compliance with all applicable laws and regulations while providing necessary personnel, equipment, and documentation for the project. Interested firms must submit a capabilities statement by 5:00 p.m. EST on September 12, 2024, to Denna Crandall at Denna.Crandall@dla.mil, with a copy to hazardouscontractswest@dla.mil, clearly indicating "SOURCES SOUGHT San Joaquin" in the subject line.
    0020 - Hazardous Waste Removal
    Active
    Labor, Department Of
    The Department of Labor is seeking proposals for hazardous waste removal services at the OSHA Technical Center in Sandy, Utah. The contractor will be responsible for providing comprehensive hazardous waste management, including collection, packaging, labeling, transportation, and disposal, in compliance with federal and state regulations. This procurement is crucial for maintaining environmental safety and public health, as the agency has disposed of over 500 chemicals in the last two years and aims to manage hazardous materials responsibly. Quotes are due by September 24, 2024, at 08:00 AM EST, and interested parties should direct inquiries to Maria Britton at britton.maria.m@dol.gov or Deborah Worrells at worrells.deborah@dol.gov.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    V112--HAZARDOUS WASTEPICK UP AND DISPOSAL FY25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hazardous waste pick-up and disposal services at the Hampton VA Medical Center in Virginia. The contract requires qualified contractors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to manage the collection and disposal of hazardous and universal waste, ensuring compliance with federal and state regulations. This service is crucial for maintaining environmental safety and regulatory adherence in healthcare settings, with the contract valued at approximately $47 million and spanning from October 1, 2024, through fiscal year 2029. Interested bidders should contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details and to ensure their proposals align with the outlined requirements.
    Waste Management
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Regional Contracting Office at Parris Island, South Carolina, is seeking vendors for waste management services, including refuse collection, disposal, and recycling at the Marine Corps Recruit Depot (MCRDPI). The contract aims to address the ongoing need for the disposal of municipal and construction and demolition waste, which includes various materials such as utility poles, concrete, and hazardous substances. Interested vendors located within 80 miles of MCRDPI are required to submit their company information by 10:00 AM EST on September 23, 2024, and must be registered in both WAWF and SAM prior to contract award. For further inquiries, vendors can contact Emani Gray at emani.gray@usmc.mil or Randy L. Wentworth at randy.wentworth@usmc.mil.
    S205--Base Plus Four Option Periods (10/01/2024 - 09/30/2029) Solid Waste Collection/Removal at William S Middleton VA Hospital in Madison, WI.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for solid waste collection and removal services at the William S. Middleton VA Hospital in Madison, Wisconsin. This contract opportunity is structured as a base period from October 1, 2024, to September 30, 2025, with four additional optional periods, emphasizing the need for effective waste management solutions that comply with federal and state regulations. The services are critical for maintaining a clean and safe environment within the healthcare facility, supporting the operational efficiency of waste disposal while prioritizing partnerships with Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must respond by September 27, 2024, at 12:00 PM Central Time, and can direct inquiries to Contracting Officer Scott Sands at Scott.Sands2@va.gov or (414) 844-4800.
    METALLIC & NON-METALLIC SCRAP SALE at TEXARKANA, TX, DEMILITARIZATION/MUTILATION AS CONDITION OF SALE (DCOS/MCOS) REQUEST FOR TECHNICAL PROPOSAL (RFTP) No. 33-4036
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors for the sale and disposal of metallic and non-metallic scrap materials at the Red River Army Depot in Texarkana, Texas. The contract involves processing and disposing of approximately 91 million pounds of scrap material over a base period of 36 months, with the potential for two additional 12-month extensions. This initiative is crucial for the responsible demilitarization and environmental compliance of military-grade and commercial-grade materials, including metals, textiles, and tire residue. Interested bidders must submit technical proposals by 1:00 p.m. EST on September 23, 2024, and can direct inquiries to Linda Selby or Todd Koleski at the provided contact information.