USS CANLEY Oily Waste Removal
ID: N4044326Q0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMILITARY SEALIFT COMMAND BATSSAN DIEGO, CA, 92123-5000, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HUSBANDING SERVICES—REMOVAL SERVICES (M2AC)

Set Aside

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

    The Department of Defense, through the Military Sealift Command, is seeking a qualified contractor to provide oily waste removal services for the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of an estimated 15,000 gallons of oily waste, ensuring compliance with all applicable laws and regulations. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 1000 Hours Pacific Time. Interested parties should submit their quotes via email to the primary contacts, Matthew Bruce and Rey Estrada, whose contact details are provided in the solicitation documents.

    Files
    Title
    Posted
    This government file outlines a comprehensive list of clauses and provisions relevant to federal government contracts, particularly within the context of RFPs and grants. The document details various regulations covering payment instructions, such as Wide Area Workflow (WAWF) and electronic funds transfer, as well as restrictions on contract payments. It includes clauses related to contractor responsibilities, including whistleblower rights, control of government personnel work product, and requirements for reporting and maintaining Commercial and Government Entity (CGC) codes. The file also addresses ethical considerations like combating trafficking in persons, prohibiting interrogation of detainees by contractors, and restrictions on former DOD officials. Furthermore, it covers specific operational requirements such as ship and base access, export-controlled items, and the use of the System for Award Management (SAM) for various processes. The document also highlights small business program requirements, prohibitions on certain telecommunications equipment, and contractor inspection requirements, emphasizing compliance, transparency, and ethical conduct in federal contracting.
    This document is a combined synopsis/solicitation notice from the Military Sealift Command for commercial items, specifically Oily Waste Removal services at Naval Base Pearl Harbor, HI (pier K3/5). The solicitation number is N4044326Q0001, issued as a Request for Quotes (RFQ) with a NAICS code of 562998 and PSC/FSC code M2AC. The procurement is set-aside for Small Businesses with a size standard of $16,500,000.00. A firm-fixed price purchase order is anticipated, with the period of performance from December 9 to December 18, 2025. Quotes are due by December 8, 2025, at 1000 Hours Pacific Time, and must be submitted via email to matthew.s.bruce5.civ@us.navy.mil and amador.r.estrada.civ@us.navy.mil. Award will be based on the lowest priced technically acceptable quote, considering technical capability and price. Offerors must comply with various FAR and DFARS provisions, including those related to telecommunications equipment, offeror representations and certifications, and tax on certain foreign procurements. The document details specific instructions for offerors regarding quote content, representations, and certifications.
    The Request for Quotation (RFQ) N4044326Q0001 outlines the requirements for contractors to provide oily waste disposal services for the USS JOHN L CANLEY. The scope of work includes identifying, handling, storing, transporting, and disposing of an estimated 15,000 gallons of oily waste from the vessel, currently moored at pier K3/5 JBPHH. Contractors must comply with all applicable international, federal, state, and local laws, codes, ordinances, and regulations, including obtaining necessary licenses and permits for hazardous waste. Bidders are required to provide a bid price for the bulk estimated quantity and a unit price per gallon for any adjustments. All work, materials, and testing are subject to the satisfaction of the attending Port Engineer, and detailed documentation of hazardous and oily waste disposal is mandatory.
    The Military Sealift Command (MSC) General Technical Requirements (GTRs) document outlines essential technical standards for contractors working on MSC projects. It covers regulatory compliance from various bodies like ABS, USCG, and IMO, along with an order of precedence for conflicting requirements. Key areas include access for inspection, operation, maintenance, and repair, emphasizing human engineering and clear access to equipment. The document also details extensive testing, inspection, and certification procedures for structural tightness, electrical systems, auxiliary systems (including fresh water, fire fighting, fuel, compressed air, and steering), and HVAC systems. Additionally, it provides guidelines for
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Hazardous Waste Testing
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide hazardous waste testing, packaging, and transportation services for various installations on the Island of Oahu, Hawaii. The contractor will be responsible for sampling, testing, packaging, and transporting hazardous waste in compliance with OSHA, EPA, DOT, and local regulations, requiring a qualified Project Manager with HAZWOPER and RCRA certifications. This procurement is critical for ensuring environmental safety and compliance, with the contractor liable for all costs associated with environmental non-compliance and cleanup. Interested firms must submit their capability statements to Travis Tonini at travis.c.tonini.civ@army.mil by December 9, 2025, at 10:00 am Hawaii Standard Time to express their intent to bid on this opportunity.
    Oily Wastewater Treatment Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    Sources Sought for Pearl Harbor Tug Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential contract to acquire four U.S. flag tractor tugs for harbor support and ship handling at Naval Base Pearl Harbor, Hawaii. The requirement includes time-chartered tugs for a period starting March 1, 2027, with a one-year firm period and multiple one-year and 11-month options, concluding on January 31, 2032. These tugs will provide essential services such as towing, pilot transfers, emergency support, and line handling, available 24/7, and must meet specific operational characteristics. Interested parties are required to submit company details, financial capability, tug specifications, estimated daily rates, and fuel consumption rates by December 9, 2025, to Ashley M. Smith-Sallinger or Stephanie Ricker via the provided contact information.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    USCGC MORRO MDE BAY HOT OIL FLUSH SERVICE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide hot oil flush services for the 2 Main Diesel Engine of the USCGC MORRO BAY. The procurement requires contractors to deliver specialized technical support and equipment, including a 450 VAC power source and a 260 GPM pump, while adhering to strict cleanliness and safety protocols during the flushing process. This service is critical for maintaining the operational readiness of the vessel's engine system. Proposals are due by December 5, 2025, at 0800 Pacific Time, with the performance period scheduled from December 10 to December 15, 2025. Interested vendors must be registered in the System for Award Management (SAM) to be eligible for contract award, and can direct inquiries to Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Onsan, Korea, to discharging ports in Mesaieed, Qatar, and Sitra, Bahrain. The procurement requires one clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 240,000 barrels of clean product. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on January 7, 2026, and closing on January 8, 2026. Interested parties must submit their proposals by December 11, 2025, at 1300 Eastern Time, and can contact Brandon Page at brandon.a.page.civ@us.navy.mil or 564-226-1239 for further information.
    90-DAY EXTENSION RED HILL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag tanker vessel under a Military Sealift Command (MSC) Tanker Time Charter for an additional 90 days. This extension is crucial to ensure continuous emergency storage capacity and rapid response capabilities in the event of a fuel storage tank failure at the Red Hill Bulk Fuel Storage Facility (RHBFSF) until the delivery of a newly awarded long-term contract vessel to Pearl Harbor, HI. The procurement is vital for maintaining operational readiness and supporting current and emergent missions. Interested parties can contact Stephanie Ricker at stephanie.ricker1@navy.mil or 757-341-5630, or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or 757-443-5886 for further details.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.