Emergency Spill Response
ID: W911KF24Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Hazardous Waste Collection (562112)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide emergency spill response services for hazardous materials and waste spills at the Anniston Army Depot in Alabama. The contract involves rapid response to hazardous material incidents, including containment and cleanup of various substances such as petroleum products, acids, and bases, with a requirement for mobilization within four hours of notification. This procurement is critical for ensuring the safety of personnel and the environment during hazardous material incidents, with a contract value potentially exceeding $2 million over its duration. Interested parties must submit their offers by October 7, 2024, and can direct inquiries to Michelle Bundrum at christine.m.bundrum.civ@army.mil or Amber Burdett at amber.e.burdett.civ@army.mil.

    Files
    Title
    Posted
    The document is an amendment to a federal solicitation under contract ID W911KF24Q0041, specifically extending the closing date for submissions from July 8, 2024, to July 22, 2024, at 10:00 AM CST. This amendment also addresses vendor questions related to the contract. Key clarifications include that this is a new contract action, and there is no specific format for responses as guidance is provided in referenced clauses. The responsibility for waste disposal remains with the Anniston Army Depot, and while responses to natural disasters may be part of the statement of work, no bonds are required for participation. Overall, the document serves to formally update participants in the procurement process while ensuring that all original terms remain intact. This amendment is essential for tenderers to recognize changes ensuring their submissions are timely and compliant with revised requirements.
    This document serves as an amendment to the solicitation W911KF24Q0041, specifically modifying contract/order number 0002. The main purpose of the amendment is to change the procurement set aside from a 100% small business set aside to an unrestricted status. Additionally, the closing date for submission of offers has been extended from July 22, 2024, to October 7, 2024. The amendment ensures that all other original terms and conditions remain unchanged. The document is structured into sections detailing the identification of the contract, the nature of the amendments, and specific changes to the solicitation. Key changes include the removal of the small business set aside percentage and the alteration of the deadline for offer submissions. This amendment reflects the government's procedural adjustments in response to bidding conditions and encourages broader participation in the procurement process.
    The government seeks a contractor for emergency response services related to hazardous material spills or releases at the Anniston Army Depot in Alabama. The contractor must provide rapid response, within a maximum of four hours, to mitigate and manage such incidents. The scope includes corrective actions, waste management, and analytical work, with a focus on containing and cleaning up spills of various substances, including acids, bases, and petroleum products. The work involves close coordination with Army personnel and compliance with federal and state regulations. The contractor must have the necessary certifications and adhere to stringent security protocols. This requirements contract is estimated to run through March 2024, with potential orders totaling over $2 million. The government will assess proposals based on their technical merit, past performance, and price, with a focus on the contractor's ability to meet the Army's urgent response needs.
    The provided government file focuses on establishing the authority to submit firm offers and sign contracts. It contains two certificates: one for corporations, certifying an official's or agent's authority to bind the company in contractual agreements, and another for partnerships or unincorporated firms, authorizing an individual to represent and execute contracts on their behalf. These certificates aim to ensure that only authorized individuals can commit to offers and signings, providing clarity and legality in the procurement process. This file is a necessary step to confirm and legalize the ability to sign off on any potential contracts that may arise from the procurement process.
    The government agency seeks a streamlined pre-registration system for visitors to its installations. The primary objective is to enhance security and efficiency by implementing a digital workflow. The process begins with visitors registering online, submitting data for review by CJIS-certified personnel. If the background checks and verification processes are successful, visitors receive text messages with pass approval and relevant dates. Integration with identity verification systems is crucial, as the solution should validate visitor identities upon arrival. This is a critical step to gain access to the premises, ensuring a seamless and secure entry experience. The agency prioritizes a robust and secure solution, focusing on clearances and efficient access management.
    The procurement objective of this RFP is to obtain labor services in various occupations, skill levels, and specializations. The focus is on defining the wage rates that must be adhered to in the execution of the contract. The extensive list details numerous occupations, ranging from administrative support to transportation services, along with their respective hourly wage determinations. These rates are mandated by the Service Contract Act and may be subject to change annually. Contractors must adhere to these determined rates for various occupations, including administrative roles, IT professions, healthcare positions, maintenance and repair workers, and many others. The contract type and value are not explicitly mentioned, but the emphasis on wage rates and compliance with the Service Contract Act indicates a focus on labor-related procurement. Applicants will need to conform to the specified wage rates and occupy the roles outlined in the extensive list, which the government aims to procure through this process.
    The government seeks a contractor to provide emergency spill response services for hazardous materials and waste spills at the Anniston Army Depot. The contract, if awarded, would be a fixed-price requirement type with four optional years of renewal. The main procurement objective is to obtain rapid and effective response to contain and remediate spills, ensuring the safety of personnel and the environment. The scope entails mobilizing to the site, assessing the situation, containing the spill, cleaning up the area, and disposing of waste materials. Offerors are required to submit firm fixed prices and must hold these prices firm for 90 days from the solicitation's designated receipt date. The government will evaluate offers based on technical capability, past performance, and price, with technical and past performance factors combined being of lesser importance than price. Critical technical specifications include adhering to stringent safety regulations, providing detailed response plans, and ensuring quick mobilization. Key dates include a submission deadline of 10:00 AM on the 8th of July 2024, and the contract's potential start date is not mentioned. Offerors must register in the System for Award Management and complete annual representations and certifications. This procurement process aims to award a contract for responsive, efficient, and safe hazardous materials response services.
    Lifecycle
    Title
    Type
    Emergency Spill Response
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    HAZMAT Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting offers for the procurement of HAZMAT equipment, identified under solicitation number W912QM24Q0054. This procurement includes both brand-name and general HAZMAT items, essential for emergency response to hazardous materials incidents, with a focus on compliance with specific salient characteristics and specifications outlined in the attached documents. The equipment is critical for ensuring readiness in managing chemical spills and disasters, emphasizing safety and adherence to regulatory standards. Interested vendors must submit their offers by 5:00 PM on September 20, 2024, with delivery expected by November 30, 2024, to the Charleston Transportation Office. For further inquiries, contact Eduardo Castillo at eduardo.a.castillo9.ln@mail.mil or SSG Paul M. Adamo at paul.m.adamo.mil@army.mil.
    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.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting services for the cleanup of oil/water holding tanks at the Fresno Air National Guard Base in California. The primary objective is to empty and visually inspect six holding tanks and one catch basin, ensuring compliance with environmental regulations and proper waste disposal practices. This procurement is critical for maintaining environmental safety and regulatory compliance at the facility, with a total contract value estimated at approximately $16.5 million. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    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.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.