Environmental Services Sources Sought
ID: W911S824X0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-JB LEWIS-MC CHORDJOINT BASE LEWIS MCCH, WA, 98433-9500, USA

NAICS

Hazardous Waste Collection (562112)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 7:00 AM UTC
Description

The Department of Defense, through the Mission Installation Contracting Command (MICC) at Joint Base Lewis-McChord (JBLM), Washington, is seeking responses from qualified small businesses for a contract to provide environmental services for the 62nd Maintenance Group. The procurement focuses on managing hazardous and non-hazardous waste, maintaining water filtration systems, and ensuring compliance with environmental regulations, with an emphasis on effective waste management and environmental safety. This opportunity is set aside for small businesses under NAICS Code 562112, with a total small business set-aside designation, and responses are due by January 30, 2025, at 1100 PST. Interested firms should contact Ana Torres at ana-teresa.p.torres.civ@army.mil for further details and submit their qualifications as outlined in the Market Survey Questionnaire and Performance Work Statement.

Files
Title
Posted
Jan 13, 2025, 10:06 PM UTC
The Market Survey Questionnaire for JBLM, WA, seeks information from firms eligible for participation in federal contracting programs, specifically under NAICS Code 562112 for Hazardous Waste Collection. The form asks companies to indicate their eligibility for various small business programs, including Small Business, HUBZone, and Service Disabled Veteran Owned Small Business. Respondents are requested to specify their readiness to begin services post-contract award, list relevant experience, and identify any unrealistic requirements that may hinder participation. Additionally, firms are invited to share feedback on past solicitations and their status as GSA Contract Holders. They must provide detailed examples of projects relevant to the services required to help the government assess their capabilities. This document primarily functions as a tool to gauge potential contractors' qualifications and inform future RFPs by gathering insights on industry capacity and challenges.
Jan 13, 2025, 10:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide environmental programs and services for the 62d Maintenance Group (MXG) at Joint Base Lewis-McChord (JBLM), Washington. The contractor is tasked with managing hazardous and non-hazardous waste, maintaining water filtration systems, and ensuring compliance with environmental regulations. Key responsibilities include regular inspections of satellite accumulation points and flammable lockers, transportation of waste, and minor post-emergency spill cleanups. The contract is structured with a base period of six months, followed by four one-year option periods. The contractor must maintain a quality control program and comply with various federal, state, and local environmental laws. Essential qualifications for personnel are outlined, including required certifications and adherence to security protocols. The contractor will also participate in training related to environmental awareness and anti-terrorism measures. The PWS emphasizes the importance of environmental compliance, safety, and effective waste management in fulfilling the MXG's operational needs while mitigating environmental risks.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Tinian Hazardous Waste Collection and Disposal Services
Buyer not available
The Department of Defense, through the 513th Expeditionary RED HORSE Squadron, is seeking qualified contractors to provide hazardous waste collection and disposal services at Tinian North Field in the Northern Mariana Islands. The procurement aims to ensure compliance with environmental regulations while managing various types of hazardous waste generated during the rehabilitation project, which is critical for maintaining a safe and operational military environment. Interested businesses are encouraged to respond to the Request for Information (RFI) by May 15, 2025, with questions due by April 30, 2025; responses should be directed to SSgt Eric Oliver at eric.oliver.5@us.af.mil. This opportunity is set aside for small businesses under the SBA guidelines, and while it is not a commitment to award a contract, it will inform the government's acquisition strategy.
Sewer Cleaning and Inspection Services - FAIRCHILD AFB, WA
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is seeking quotes for Sewer Cleaning and Inspection Services at Fairchild Air Force Base (AFB) in Washington. The contract, designated as a Total Small Disadvantaged Business Set-Aside, requires contractors to provide labor, materials, and equipment for the cleaning and inspection of the sanitary sewer system, with the goal of maintaining system capacity and ensuring compliance with environmental regulations. This service is critical for maintaining the operational integrity of the base's waste management systems. Quotes are due by April 28, 2025, and interested parties should contact Mimi Robertson Lake at mimi.robertsonlake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management over a five-year term, encompassing both domestic and international sites. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's mission to enhance public safety. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
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.
Pump and Clean Oil-Water Separators
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide cleaning services for eleven oil-water separators (OWS) and their associated sand interceptors at Holloman Air Force Base in New Mexico. The procurement involves comprehensive tasks including sample analysis, pumping, chamber cleaning, and waste removal, all in compliance with federal, state, and local environmental regulations. This initiative underscores the government's commitment to environmental compliance and effective waste management at military facilities. Interested vendors must submit their participation for a site visit by May 5, 2025, and responses to the Request for Quotation are due by May 14, 2025; for further inquiries, contact SrA Hans Kettelkamp at hans.kettelkamp@us.af.mil or Johnnie Walker at johnnie.walker.2@us.af.mil.
Refuse and Recycling Services for Multiple Sites in MN
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services for multiple sites in Minnesota, including four Army Reserve Centers. The procurement involves a non-personal services contract that requires the contractor to manage waste collection, maintain cleanliness around waste containers, and ensure compliance with federal waste management regulations. This contract is crucial for maintaining environmental standards and operational efficiency within military operations, with a performance period from July 1, 2025, to June 30, 2026, and options for renewal for up to four additional years. Interested parties, particularly small businesses, are encouraged to contact Breanna Huff at breanna.d.huff.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple locations in Michigan under the solicitation titled "Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030." This procurement involves a non-personal services contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, supervision, and other items to fulfill the service requirements as outlined in the Performance Work Statement. The contract period is set to commence on July 1, 2025, and will run until June 30, 2026, with the possibility of four additional twelve-month option periods and a six-month extension for services. Interested parties can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 502-898-7484 for further details.
Northwestern Division Regional $245 million Pre-placed Remedial Action Contract Indefinite Delivery / Indefinite Quantity Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is announcing a presolicitation for a $245 million Pre-placed Remedial Action Contract, which will be structured as an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to secure remediation services under the NAICS code 562910, focusing on environmental systems protection and environmental remediation. The contract is particularly significant for addressing environmental concerns and ensuring compliance with federal regulations. Interested parties, especially those eligible under the 8(a) set-aside program, are encouraged to reach out to Shawna West at shawna.m.west2@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further details, as outlined in the attached pre-solicitation notice.
Integrated Solid Waste Management (Base Reuse)
Buyer not available
The Department of Defense, specifically the Air Force Test Center (AFTC), is seeking contractors for Integrated Solid Waste Management services at Eglin Air Force Base in Florida. The procurement involves providing comprehensive refuse collection and recycling services across multiple sites, including Eglin Main, Duke Field, and Camp Rudder, while adhering to all relevant federal, state, and local regulations. This contract is crucial for maintaining environmental standards and operational efficiency on the base. The anticipated solicitation number is FA282325R0015, with the solicitation expected to be released around May 20, 2025. Interested parties should contact Jared Dunn at Jared.Dunn.6@us.af.mil or Lindsay Hartozg at lindsay.hartzog@us.af.mil for further information, and must be registered on SAM.gov to be eligible for award consideration.
“Repair HVAC Systems” Multiple Buildings, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a Sources Sought Notice to identify contractors capable of repairing HVAC systems in multiple buildings at Joint Base Lewis-McChord (JBLM), Washington. The project involves the installation of energy-efficient HVAC systems with Direct Digital Control (DDC) capabilities, specifically in Buildings 9690 and J00567, with an estimated contract value between $5 million and $10 million. This initiative is crucial for maintaining operational efficiency and comfort in military facilities, and interested firms are required to submit a five-page capabilities package by May 16, 2025, to the designated contacts, Christopher Baroldy and Brett Vegeto, at their respective email addresses. Contractors must also be registered in the System for Award Management (SAM) to be eligible for future awards.