Hazardous Waste Removal Alaska
ID: SP4500Type: 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, is seeking contractors for hazardous waste removal services in Alaska, specifically at military installations in Anchorage and surrounding areas. The procurement involves the removal, transportation, and disposal of various hazardous materials, with a focus on compliance with EPA regulations and safety protocols. This contract is critical for ensuring the safe management of hazardous waste, reflecting the government's commitment to environmental protection and personnel safety. Interested contractors should contact Michael Mamaty at Michael.Mamaty@dla.mil for further details, with proposals due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Alaska Hazardous Waste Disposal Contract outlines the procedures for the removal, transportation, and disposal of various hazardous waste types within military installations and nearby areas. The contract is structured into three phases: Pre-Removal, Removal, and Post-Removal. Key provisions include specific criteria for selecting Contract Line-Item Numbers (CLINs), requirements for packaging and labeling waste, and documentation needed for compliance with EPA regulations. The contractor must implement a Spill Contingency Plan and is responsible for properly segregating hazardous waste according to federal guidelines. The contract emphasizes timely waste removal, with standard times defined for containerized and bulk wastes. Additionally, there are strict requirements for notifications, documentation, and reporting spills or leaks that may occur during waste handling. The firm-fixed price, indefinite delivery/indefinite quantity (IDIQ) contract runs for a 30-month base period with a possible extension. This comprehensive documentation serves as a guideline to ensure that hazardous waste is managed effectively, emphasizing safety, regulatory compliance, and the proper disposal of materials, reflecting the federal government's commitment to environmental protection.
    The document outlines the evaluation criteria for government proposals under a Request for Proposals (RFP) process, emphasizing a best value approach that balances non-price factors with price considerations. The evaluation focuses on three primary factors: Past Performance, which carries the most weight; Small Business Participation; and Price, which is evaluated for reasonableness. The government's assessment of past performance involves a subjective confidence evaluation based on submitted performance information, and can include external sources like contractor performance reports. For small businesses, the evaluation considers their participation plans, emphasizing commitment levels and outreach efforts. Additionally, the document specifies how options will be evaluated, including costs for potential service extensions. It also indicates that only the most competitive proposals based on price may have their non-price factors examined, streamlining the selection process to improve efficiency in competition. Overall, these criteria are designed to ensure that awarded contracts align with the government's objectives while maximizing effectiveness and promoting small business engagement.
    This document outlines the additional contract terms and conditions applicable to a federal solicitation, including the incorporation of specific Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) clauses and provisions. Key areas covered include operational requirements, contractor responsibilities, and compliance clauses. Essential FAR clauses address issues such as gratuities, personal identity verification of contractor personnel, and safeguarding information systems. DFARS clauses focus on cybersecurity measures and ethical conduct in contracting. The document stipulates the process of ordering, payment terms, and conditions for modifying contracts, including potential options for extending service periods and contract duration. Contact details for relevant personnel are also provided, ensuring that all inquiries or clarifications can be directed appropriately. This detailed framework aims to establish a clear protocol for contractors involved in federal projects, ensuring compliance with legal and ethical standards while facilitating efficient contract execution.
    This document, Attachment 12 of RFP SP450025R0007, outlines requirements for offerors regarding responsibility matters and tax implications for foreign procurements. It includes definitions of administrative proceedings, federal contracts, and the role of principals within a business entity. Offerors must indicate whether they have active federal contracts exceeding $10 million and disclose any legal proceedings in the past five years that resulted in financial liabilities or findings of fault. Additionally, the document explains a 2% tax on specified federal procurement payments to foreign persons, emphasizing compliance with IRS regulations through Form W-14 for exemptions. The provision asserts that failure to submit this form will result in withholding the full tax amount. Overall, these sections serve to ensure transparency and accountability in procurement processes and clarify tax obligations for foreign entities participating in U.S. contracts. This information is critical for organizations seeking federal grants or contracts, ensuring they understand their responsibilities and tax liabilities during the bidding process.
    The document presents a Request for Proposal (RFP) detailing various hazardous waste disposal services in Alaska, specifically during the base period. It enumerates specific items, each represented as Contract Line Item Numbers (CLINs), including quantities needed for disposal, container rentals, industrial cleaning services, and analytical testing for hazardous substances. Key activities involve sampling and analysis to determine waste characteristics and compliance with EPA regulations, focusing on the management of various hazardous materials like PFAS, corrosive substances, and batteries. The RFP serves as a comprehensive guide for contractors submitting bids, outlining expected deliverables such as preparation of waste profile sheets, expedited removal of hazardous wastes, and adherence to strict disposal protocols. It emphasizes the importance of utilizing certified laboratories for testing waste streams and providing necessary documentation for disposal. The proposal reflects the government’s commitment to safely and effectively manage hazardous waste while meeting environmental standards, ensuring the health and safety of personnel involved in waste handling and disposal operations.
    The document outlines various pickup points and contacts for the Environmental Branch associated with the Alaska Army National Guard (AKARNG) and other U.S. military installations across Alaska. It includes numerous locations such as Anchorage, Fairbanks, and various military bases like JBER, Fort Wainwright, and Eielson AFB, among others. Each location is designated as a point where contractors may be required to perform their services, highlighting the need for environmental considerations in these areas. The document provides contact details for key personnel within the Environmental Branch, including two specific email addresses for inquiries. The listing of military and Coast Guard bases signifies the extensive geographical distribution of operations and potential environmental oversight required in these locales. Overall, the purpose of this file is to facilitate coordination for contractors in delivering services related to environmental management across specified military sites in Alaska.
    The document is a Past Performance Information (PPI) Questionnaire designed for offerors participating in the U.S. Government's Solicitation No. SP450025R0007, which focuses on hazardous waste removal, transportation, and disposal services. The offeror is responsible for having their references complete this questionnaire, evaluating their performance on previous contracts. The structure includes two main sections: Section 1 requires the offeror to provide firm details and contract information, while Section 2 is to be filled out by the references to assess the offeror’s performance based on a rating scale from “Unsatisfactory” to “Exceptional.” Evaluations include product/service quality, scheduling, management, and regulatory compliance. The document concludes with an overall recommendation field, gauging the likelihood of the reference recommending the contractor for future awards. As a source selection sensitive document, its purpose is to gather insights that help the government evaluate past performances of prospective contractors, ensuring they meet the standards necessary for hazardous waste management within military contexts. The completed questionnaires must be returned by the proposal due date to be considered in the selection process.
    The Contractor Work Surveillance Checklist outlines the procedures for monitoring the placement or removal of empty rented rolloff boxes (ROB) or vacuum boxes. It serves as a tool for designated government representatives to ensure compliance with specifications during the transportation process. The checklist includes verification of the driver's punctuality, the presence of necessary equipment, and the integrity of the container upon arrival. Specific focus is given to the inspection for defects, ensuring that the ROB or vacuum box is fit for government use, and that the equipment operates effectively without causing delays. The document requires comments and signatures to confirm the satisfactory completion of the tasks at hand. This checklist is essential for maintaining standards in contractor operations under federal RFPs, ensuring that the equipment deployed meets government specifications and is safe for intended use.
    The document outlines the procedures and requirements for submitting an invoice related to the disposal of hazardous materials under federal contracts, specifically referencing DLA Form 2505. It details the necessary fields to be completed, including Line Item number, Document number, Hazardous Item Number (HIN), quantity disposed of, and relevant manifest details. The instructions clarify which columns to fill based on specific scenarios, such as foreign contracts or when certifications of destruction or recycling are required. The structure of the document's forms is categorized into observable sections provided for accurate data entry, including the identification of disposal facilities and their EPA identification numbers. Overall, the document serves as a guide for ensuring accurate reporting of hazardous material disposal processes in compliance with federal regulations, emphasizing the importance of accurate and complete data for contract performance evaluation.
    The Contractor Work Surveillance Checklist documents essential procedures for monitoring the placement or removal of rented rolloff boxes (ROB) or vacuum boxes in government projects. It includes key details such as the date of work surveillance, contract number, and designated government representative’s information. The checklist itemizes various criteria for evaluating the contractor's performance, including timely arrival, appropriate equipment provision (ROB or Vacuum Box), compliance with weight ticket requirements, and the container's condition upon delivery. The inspector must also confirm the operational efficiency of the equipment, adherence to safety protocols, and overall satisfaction with the work performed. Noteworthy defects or issues with the equipment are to be recorded and acknowledged by the driver, with a signature required from the designated representative. This checklist serves as a critical tool for ensuring compliance and quality in contracting activities, reinforcing government accountability and operational standards in line with federal and local regulations.
    The document is an error message indicating that the contents of a government file related to federal RFPs and grants cannot be displayed due to a compatibility issue with the PDF viewer. Users are encouraged to update their Adobe Reader software to access the document. The note highlights the importance of using the correct software to view specific document types, underscoring the integration of technology in managing government information. While the document itself does not contain substantive information about RFPs or grants, it serves as a reminder of necessary tools for accessing critical government data and resources. Therefore, the central theme revolves around the accessibility and usability of government documentation in the context of procurement and grant applications.
    The document provides guidance for submitting electronic proposals in response to the DLA Disposition Services' solicitation. It mandates that all offers be submitted via email with strict formatting requirements, including acceptable file types such as Microsoft Office formats and Adobe PDF. Detailed proposal structure is outlined, requiring three volumes: Volume I for certifications and the price schedule; Volume II for past performance information; and Volume III for small business participation plans. Offerors must comply with specific content requirements to avoid disqualification, including past performance details for recent contracts and small business participation goals. The submission processes emphasize password protections, virus prevention, and the consequences of late submissions. The offerors are held accountable for ensuring their proposals are received by the Contracting Officer within specified timelines. Furthermore, the document details evaluation criteria, particularly focused on past performance and small business involvement, reinforcing the government’s commitment to utilizing small businesses in contracting opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    25R10 Sasebo Hazardous Waste Removal and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking contractors for the removal and disposal of hazardous waste at military installations in Sasebo, Japan. The procurement involves comprehensive services including the transportation, recycling, and disposal of various hazardous materials, adhering to both U.S. and Japanese environmental regulations. This initiative is critical for ensuring safe waste management practices and compliance with health and safety standards, reflecting the government's commitment to environmental stewardship. Interested contractors can reach out to Denna Crandall at Denna.Crandall@dla.mil or call 269-961-5540 for further details, with proposals due within the specified timeframe outlined in the solicitation documents.
    Hazardous Wase Removal & Disposal- Belgium, Germany, & Netherlands
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for hazardous waste removal and disposal services in Belgium, Germany, and the Netherlands. The procurement aims to manage the removal, transportation, recycling, and disposal of hazardous materials, including PFAS, across military installations, adhering to stringent safety and environmental regulations. This contract is critical for ensuring compliance with both U.S. and local environmental standards, thereby safeguarding human health and the environment. Interested contractors should contact Melissa Herrick at melissa.herrick@dla.mil or call 269-961-5962 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    DLA Disposition Services Spain Hazardous Waste Removal Sources Sought
    Buyer not available
    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 Management, USAG Daegu KOREA
    Buyer not available
    The Department of Defense, through the 646th Support Detachment, is soliciting proposals for hazardous waste management services at USAG Daegu, Korea. The procurement aims to ensure the safe and compliant collection, transportation, and disposal of hazardous waste, which is critical for maintaining environmental safety and regulatory compliance on military installations. This contract falls under the NAICS code 562112, focusing on hazardous waste collection, and is essential for supporting the operational readiness of the facility. Interested vendors can reach out to Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or call 315-763-5691 for further details regarding the solicitation process.
    Medical Waste Disposal and Transportation 35TH MDSS SGSM, MISAWA Air Base, Japan
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking contractors to provide medical waste disposal and transportation services at Misawa Air Base, Japan. The procurement requires contractors to safely collect, transport, and dispose of medical waste from the Misawa Hospital, adhering to Japanese laws and the Japan Environmental Governing Standards (JEGS), while ensuring proper storage, incineration, and documentation of waste management. This service is critical for maintaining health and safety standards, particularly during crises, and requires contractors to be prepared for immediate operational readiness. Interested parties must submit their quotes electronically by March 4, 2025, with the contract performance period extending from April 1, 2025, to September 30, 2030. For further inquiries, contractors can contact Raphael Badagbor at raphael.k.badagbor.civ@health.mil or Gilberto Esteves at gilberto.a.esteves.civ@health.mil.
    Hazardous materials pick up and disposal for Coast Guard Sector St. Petersburg
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard Sector St. Petersburg, is seeking qualified contractors for hazardous materials pick-up and disposal services. The procurement involves comprehensive waste management services, including the disposal and recycling of various hazardous materials, with a focus on compliance with federal, state, and local regulations, particularly OSHA standards. This contract is crucial for maintaining environmental safety and operational efficiency at the Coast Guard facility, with a contract duration of one base year and four optional years. Interested parties should contact Jerry Lopez at jerry.lopez@uscg.mil or Nathan Finley at Nathan.A.Finley@uscg.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Sierra-Bridgeport Hazardous Waste Removal and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Sierra-Bridgeport Hazardous Waste Removal and Disposal project in Bridgeport, California. This procurement involves the removal, transportation, and disposal of various hazardous and non-hazardous materials from military installations, emphasizing compliance with environmental regulations and safety standards throughout the process. The contract will operate under a firm-fixed price structure with a base period of 30 months and an option for an additional 30 months, reflecting the government's commitment to responsible waste management practices. Interested parties should contact James Mayotte at james.mayotte@dla.mil or 269-961-4450 for further details, and proposals must be submitted electronically within the specified 90-day submission period.
    IDIQ Solid Waste Disposal Home Mountain Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide solid waste pickup and disposal services for the Mountain Home Project Office in Arkansas. The contractor will be responsible for delivering all necessary personnel, equipment, and supplies to perform these services, adhering to the performance standards outlined in the contract. This procurement is crucial for maintaining cleanliness and environmental standards at the project site, ensuring efficient waste management operations. Interested small businesses must submit their quotes by March 4, 2025, with the contract spanning five years, including a base period and four optional renewal years. For further inquiries, potential bidders can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.
    N4008424R0054/ HAZARD WASTE DISPOSAL SUPPORT CONTRACT AT U.S. MARINE CORPS BASE, CAMP KINSER FOR U.S. COMMANDER FLEET ACTIVITIES OKINAWA (CFAO), JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking proposals for a Hazard Waste Disposal Support Contract at the U.S. Marine Corps Base, Camp Kinser, Okinawa, Japan. The contract requires qualified contractors to provide comprehensive hazardous waste management services, including collection, transportation, documentation, and management of hazardous waste storage areas, in compliance with Japan Environmental Governing Standards. This procurement is critical for ensuring safe and compliant disposal of hazardous materials, thereby supporting the operational integrity of military activities in the region. Interested contractors must submit their proposals by February 28, 2025, at 14:00 PM JST, and can direct inquiries to Luz Baron at luz.m.baron.civ@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.