Yellow Water Road site Inspection and Maintenance Services-Baldwin Florida
ID: SP4510-25-Q-1027Type: Combined Synopsis/Solicitation
AwardedJun 12, 2025
$31.9K$31,890
AwardeeHGS ENGINEERING INC Anniston AL 36201 USA
Award #:SP4510-25-D-0014
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES - EBSBATTLE CREEK, MI, 49037-3092, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide Inspection and Maintenance Services at the Yellow Water Road site in Baldwin, Florida. The procurement involves a firm-fixed-price contract for a base period of 12 months, with two optional 12-month extensions, focusing on site upkeep, including mowing, inspections, repairs, and spill management, in accordance with the attached Performance Work Statement (PWS) and Operation and Maintenance Plan (O&M). This contract is critical for ensuring compliance with environmental regulations and maintaining the integrity of the site post-remediation, reflecting the DLA's commitment to effective property management. Interested parties must submit their quotes by May 1, 2025, at 3:00 PM EST, to both Youhwei.Chen@dla.mil and Brandon.Awkerman@dla.mil, and are encouraged to address any questions by April 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a price schedule for services associated with the Yellow Water Road Site, detailing a procurement plan structured into a base period and four optional extensions, each spanning 12 months. The schedule includes various requirements: mowing services (2 units), site inspections (1 unit), repair labor (20 hours), and repair parts (5,000 units priced at $1 each), with a total cost of $5,000 for each period and option. This structured approach is typical for government Requests for Proposals (RFPs), indicating a systematic framework for service procurement that ensures clarity in pricing and service specifications. Each contract line item (CLIN) outlines the expected quantity and pricing, allowing for clear financial planning and accountability. The consistency across base and optional periods reflects an emphasis on budget control and predictable service costs, essential for effective fiscal management within government procurement processes.
    The document outlines the Operation, Maintenance, and Monitoring Plan (OMMP) for the Yellow Water Road Superfund Site in Baldwin, Florida, following its remediation in 1996. This plan ensures compliance with a Consent Decree addressing the presence of polychlorinated biphenyls (PCBs) by detailing procedures for maintaining the site’s vegetative soil cover, monitoring groundwater, and securing the area. Key components entail semi-annual inspections for erosion, vegetation integrity, and security systems, along with protocols for documenting findings and executing corrective actions. The OMMP also specifies material specifications for the vegetative cover, maintenance procedures for monitoring wells, and waste handling methods for potentially PCB-containing materials. Long-term groundwater monitoring and performance verification of the constructed monolith are integral, emphasizing adherence to quality control measures and health safety protocols. The overarching aim is to confirm the environmental integrity of the site post-construction and ensure the effectiveness of the remedial actions in compliance with federal and state regulations.
    The Contractor Past Performance Data Sheet is designed for contractors submitting to government requests for proposals (RFPs). It facilitates the evaluation of an offeror's past contract performance by capturing essential information such as contract details, the nature of work performed, subcontractor involvement, and issues regarding quality, delivery, or pricing. Part I is completed by the contractor, while Part II is filled out by the government respondent, assessing the contractor's performance using a rating scale from Exceptional to Unsatisfactory. Key areas evaluated include technical performance, management and personnel effectiveness, schedule compliance, utilization of small businesses, and adherence to regulatory requirements. The questionnaire concludes with a general assessment and a question regarding the likelihood of awarding future contracts to the contractor. This structured approach promotes transparency and accountability, ensuring that government agencies can evaluate a contractor's reliability and capacity for successful contract fulfillment based on historical performance.
    The document addresses several inquiries related to a government's Request for Proposal (RFP) and outlines key requirements for contractors. It clarifies that only the awardee will receive the SF1449 contract document, and Representations and Certifications must be accessed via the SAM.gov profile. Contractors may use CPARS evaluations as valid Past Performance documentation instead of the traditional Past Performance Questionnaire. The document also resolves discrepancies regarding inspection requirements for a site, confirming that specific elements need annual rather than semi-annual inspections, as detailed in the Project Work Statement (PWS). Additionally, mowing responsibilities are clarified, indicating which areas within and outside a designated maintenance zone should be maintained, as illustrated in accompanying pictures. This guidance emphasizes adherence to regulatory approvals while outlining contractor obligations clearly. The purpose of this document is to ensure compliance and clarity for contractors engaged in federal projects, vital in navigating government regulations effectively.
    This document outlines various federal and state RFPs (Requests for Proposals) and grant opportunities concerning environmental assessments, safety upgrades, and facility improvements. The key focus is on the identification and management of hazardous materials, including asbestos and lead-based paint, in public buildings and historical sites. It emphasizes the need for compliance with safety standards and environmental regulations, ensuring proper evaluation and remediation of potential risks before any construction or renovation projects take place. The document highlights the importance of thorough assessments, such as pre-alteration surveys, which reveal the presence of hazardous materials and outline necessary abatement strategies. Additionally, it acknowledges the responsibility of contractors and government bodies to adhere to health safety measures during demolition and renovation processes. Overall, the document illustrates the government's commitment to maintaining safe environments in public spaces, underscoring the critical role of regulatory compliance and environmental stewardship in public health and safety initiatives.
    The Performance Work Statement (PWS) outlines the requirements for Inspection and Maintenance services at the Yellow Water Road Site in Baldwin, Florida, managed by the Defense Logistics Agency (DLA) Disposition Services. This firm-fixed-price contract spans 12 months, with two potential 12-month extensions, and encompasses mowing services, site inspections, repairs, and associated management responsibilities. Key activities include biannual mowing, annual site inspections, thorough inspections of site infrastructure, and timely reporting of findings to designated contacts. The contractor must use licensed personnel, adhere to environmental guidelines, and apply herbicides and fertilizers as necessary for site upkeep. Provisions extend to repair labor and parts, requiring written estimates, including costs and warranties, for necessary repairs. Spill responsibilities are strictly assigned to the contractor, requiring immediate reporting and thorough follow-up actions for any spills or leaks. Invoicing will be conducted through the DoD's Wide Area Workflow system, ensuring transparency and regulatory compliance. This PWS is critical for maintaining site conditions and regulatory standards, reflecting the DLA's commitment to proper property management and compliance within federal guidelines.
    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.
    Western Regional HW Incineration
    Dept Of Defense
    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.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting bids for the cleanup of the Harrisburg site in Pennsylvania, focusing on debris removal and mutilation services. The contractor will be responsible for the systematic removal, shredding, and disposal of scrap metal and other debris, with the goal of restoring the site to its original condition within three months of contract award. This project is critical for ensuring compliance with environmental regulations and proper disposal of materials, with all work to be conducted within a 50-mile radius of the DLA Susquehanna site. Interested small businesses must submit their quotes by 1:00 p.m. EST on the specified deadline, and can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further information.
    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.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    FY25 Bollles Harbor and Monroe Harbor Maintenance Dredging (MD) and Confined Disposal Facility (CDF) Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the FY25 Bolles Harbor and Monroe Harbor Maintenance Dredging and Confined Disposal Facility (CDF) Maintenance project in Monroe County, Michigan. The project involves mobilizing dredging operations at both harbors, performing maintenance on the CDF, and demobilizing upon completion, with specific dredging depths and methods outlined for each harbor. This opportunity is crucial for maintaining navigable waterways and environmental compliance, and interested contractors are encouraged to respond to the Sources Sought notice by submitting a completed questionnaire to Contract Specialist Noah Bruck and Contracting Officer MAJ Matthew McDuffie by 2:00 PM Eastern Time on December 30, 2025. The anticipated completion date for the work is December 2026, with a potential solicitation expected in the second quarter of FY 26.