0020 - Hazardous Waste Removal
ID: 1650-DIT-24-NAT-0020Type: Solicitation
Overview

Buyer

LABOR, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENTDOL - CAS DIVISION 1 PROCUREMENTWASHINGTON, DC, 20210, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a prior solicitation (1605C1-24-Q-00133) concerning federal procurement, specifically from the U.S. Department of Labor. Its primary purpose is to extend the deadline for quote submissions to September 24, 2024, at 8:00 AM EST while incorporating responses to vendor inquiries and including an OSHA Waste Disposal List. The amendment emphasizes that acknowledgment of this change is necessary for offer consideration, detailing acceptable methods for acknowledgment. The contract period of performance spans from September 20, 2024, to June 30, 2025. All other terms and conditions from the original solicitation remain unchanged. The document is structured to include sections for identification, background changes, contractor details, and contact information for inquiries. This amendment illustrates the government’s adaptive procurement process, ensuring clarity and compliance with procedural requirements for potential contractors.
    The document outlines a Request for Quotation (RFQ) issued by the U.S. Department of Labor (DOL) for hazardous waste disposal and dangerous goods shipping services. This RFQ aims to establish a Single Award Fixed Price Contract, with a performance period starting from September 20, 2024, to June 30, 2025, and includes four twelve-month option periods. Specific tasks include the removal of hazardous waste from the OSHA Technical Center, with detailed waste management requirements mentioned in the accompanying Performance Work Statement (PWS). Invoicing will be managed electronically and must adhere to stated guidelines. The contract involves compliance with various federal regulations and emphasizes the importance of selecting contractors based on best value criteria. The RFQ invites bids by September 20, 2024, while encouraging questions up till September 16, 2024. This initiative underscores the federal commitment to safe hazardous waste management and reinforces efforts to engage small businesses, including those owned by service-disabled veterans and economically disadvantaged groups.
    The document primarily addresses the context and details surrounding federal and state/local Requests for Proposals (RFPs) and grants. It outlines the processes and requirements that government agencies follow to solicit bids from potential contractors for various projects. Key points include the necessity for compliance with regulatory standards, the specifics of proposal submissions, and the evaluation criteria utilized for selecting contractors. The structure of the document appears to encompass guidelines on the types of services needed, financial aspects of the proposals, and timelines for submission. Emphasizing transparency and competitiveness, the document implies that adherence to these protocols is crucial for successful funding and project execution. By ensuring rigorous assessment standards, the government aims to achieve cost-effectiveness and efficiency in public service delivery, ultimately serving the interests of the community and taxpayers while fostering fair competition among bidders.
    The document is a detailed inventory of various chemical substances, including their names, quantities, CAS numbers, waste codes, locations, and stabilization status. The chemicals predominantly belong to hazardous categories, requiring careful management and oversight as per governmental regulations. Many entries indicate that substances are already stabilized with certificates, signaling compliance with safety standards. The inventory serves a critical function in the context of government requests for proposals (RFPs), federal grants, and state/local RFPs by ensuring that hazardous materials are properly accounted for, compliant, and managed responsibly. This meticulous record keeps stakeholders informed about the types and amounts of chemicals available, which is essential for environmental safety, regulatory compliance, and maintenance of public health. Overall, the documentation reflects a commitment to responsible chemical handling and environmental stewardship within governmental processes.
    The Performance Work Statement (PWS) outlines the requirements for hazardous waste disposal services at OSHA's Salt Lake Technical Center (SLTC) over a base year and four optional periods. The contractor must provide comprehensive services including collection, packaging, labeling, transportation, and disposal of hazardous materials, ensuring compliance with federal and state regulations. The objectives include timely waste removal within 30 days of request to maintain Very Small Quantity Generator status, and the need for proper documentation for legal purposes. The performance period begins on September 30, 2024, with quality control measures mandated to monitor contractor adherence to standards. The contractor is expected to attend post-award meetings to address performance issues, and they must have qualified personnel trained in hazardous materials handling. The statement also articulates the government’s rights in the event of unsatisfactory performance and outlines operational hours, security protocols, and holiday schedules. Overall, the PWS emphasizes the importance of effective hazardous waste management to meet public safety and environmental compliance obligations.
    This government document details a Request for Proposals (RFP) aimed at securing funding for community health initiatives. Specifically, the document outlines requirements for prospective applicants seeking federal grants to address public health challenges within localities. Key areas of focus include improving access to healthcare services, enhancing disease prevention programs, and fostering health education within underserved populations. Applicants are instructed to demonstrate their capacity for project implementation, provide detailed budgets, and outline methodologies for measuring outcomes. The document emphasizes the importance of collaboration with local stakeholders and adherence to health department guidelines. Additionally, there are specific evaluation criteria for assessing proposals, reinforcing the federal government's commitment to advancing public health goals and ensuring the effective use of grant funds. This RFP serves as a vital tool for facilitating health improvements across regions while supporting local initiatives that align with national health priorities.
    The document pertains to Request for Proposal (RFP) 1605C1-24-Q-00133, focusing on hazardous waste management services. Inquiries include service response times, waste specifications, and the current vendor, with specifics about the types of waste (e.g., bulbs, batteries). The response confirms that service is required quarterly and clarifies that no existing vendor or current contract is in place, as over 500 chemicals have been disposed of in the last two years. The agency plans to incinerate some waste on-site through a hazardous waste contractor. The proposal submission deadline was extended to September 24, 2024. The document also addresses the need for safety data sheets for expired chemicals and provides details on waste container specifications, ensuring compliance with regulations during storage and disposal. This highlights the government’s commitment to managing hazardous materials responsibly while following procurement processes.
    The document provides detailed instructions for submitting proposals in response to a federal Request for Proposal (RFP) from the Department of Labor (DOL). Key instructions include electronic submission to designated email addresses, signature requirements, proposal formatting, page limitations for sections, and the organization of the proposal to ensure compliance during evaluation. The evaluation factors prioritize the Technical Approach, Past Performance, and Cost/Price, with an emphasis on small business participation through specific subcontracting goals. Offerors must avoid excess embellishments in proposals and should ensure that all electronic submissions are virus-free and readable. The document outlines the consequences of late submissions and reiterates that each section of the proposal must stand alone without cross-referencing. It also notes the deadline for questions and submission of proposals. In evaluating proposals, the government aims to assess the best value based on a trade-off process, potentially awarding contracts based on initial submissions without further discussions, thus emphasizing the importance of a well-crafted initial proposal.
    The document pertains to the Subcontracting Plan Summary Sheet associated with federal Solicitation No. 1605C1-23-R-00018. Its primary purpose is to outline the subcontracting details related to a specific government contract, detailing financial allocations over a five-year period. The plan requires contractors to specify the total contract value annually and calculate the percentage of funds designated for subcontracting. Key categories for subcontracting include Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUB Zone Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business. Each category's potential funding is presented both in dollar amounts and as a percentage of the total subcontracted amount. The document ensures comprehensive tracking of how federal funds are allocated to various small business classifications, in line with government regulations aimed at promoting diversity and opportunity within federal contracting. Overall, it provides a structured approach to enhance the participation of small businesses in government contracts, reflecting the government's commitment to supporting diverse business ownership.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    0015 - Dust Ignition Layer Tester
    Active
    Labor, Department Of
    The Department of Labor, specifically the Office of the Assistant Secretary for Administration and Management, is seeking proposals for the procurement of a Dust Ignition Layer Tester. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and non-personal services as outlined in the Request for Quotation (RFQ) and the attached Statement of Work (SOW). This equipment is crucial for ensuring compliance with OSHA standards regarding hazardous materials, thereby enhancing workplace safety through accurate classification of combustible dusts. Interested parties must submit their quotes by September 20, 2024, at 2:00 PM EST, and any questions should be directed to Benyamin Dehghani at Dehghani.Benyamin@dol.gov, with a copy to Maria Britton at britton.maria.m@dol.gov, by September 18, 2024, at 8:00 AM EST.
    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.
    North Florida Regional HW Removal
    Active
    Dept Of Defense
    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.
    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.
    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 Removal and Recycling Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified contractors to provide waste removal and recycling services at the National Institute for Occupational Safety and Health (NIOSH) facilities located in Morgantown, West Virginia. The procurement includes weekly domestic waste removal and monthly single stream recycling services, with the contractor responsible for all associated costs, including dumpster rental and transportation. This contract is crucial for maintaining operational efficiency and compliance with environmental standards, and it emphasizes inclusivity by adhering to Section 508 of the Rehabilitation Act. The Request for Quotations (RFQ) is expected to be released at the end of November 2024, with a firm-fixed price contract spanning from February 1, 2025, to January 31, 2030, and interested small businesses should direct inquiries to Joseph Butkus at jbutkus@cdc.gov.
    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.
    S222--554 | DEA Hazardous Drug Waste | solicitation SB set aside
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified small businesses for the secure disposal of DEA hazardous drug waste as part of solicitation number 36C25924Q0804. The contract encompasses the provision of secured containers, installation, removal, packaging, shipping, and compliant disposal of hazardous drug waste across various locations, primarily at the Rocky Mountain Regional VA Medical Center and associated clinics in Colorado. This initiative is crucial for ensuring safe and environmentally compliant management of hazardous waste, particularly DEA-controlled substances, in accordance with federal, state, and local regulations. Interested vendors must submit their quotes by September 19, 2024, at 3:00 PM Mountain Time, and all inquiries should be directed to Contracting Specialist Jason Lawrence at jason.lawrence3@va.gov or by phone at 303-712-5725.