Milford Hazardous Waste Removal
ID: 1305M325Q0063Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the Milford Hazardous Waste Removal project, which involves the safe identification, packing, transportation, and disposal of hazardous and non-hazardous waste at the NOAA Milford Laboratory in Connecticut. The procurement is a total Small Business Set-Aside under NAICS code 562211, emphasizing the importance of compliance with federal, state, and local regulations throughout the waste management process. This project is critical for ensuring environmental safety and regulatory compliance in hazardous waste management, reflecting the government's commitment to public safety and environmental protection. Interested contractors must submit their quotes electronically by February 14, 2025, and may direct inquiries to Jamie Rosales at JAMIE.ROSALES@NOAA.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Past Performance Questionnaire (PPQ) as part of the federal solicitation 1305M325Q0063 for contractors involved in the Milford Hazardous Waste Removal project. Contractors are required to fill out initial sections detailing their information and contract specifics, including contract type, client reference details, and project descriptions. It establishes criteria for evaluating past performance based on various metrics such as quality, schedule, cost control, management, regulatory compliance, and overall customer satisfaction. Client references will assess the contractor’s performance using ratings from 'Exceeds' to 'Unsatisfactory,' providing insights on the ability to meet requirements, manage resources, handle problems, and comply with contractual obligations. Importantly, the document notes that the government reserves the right to verify any information provided. This questionnaire is crucial for assessing a contractor’s reliability and performance history in relation to government contracts, ensuring that only qualified firms participate in federal and state projects.
    The document is a comprehensive inventory of chemical substances, including hazardous materials managed by a laboratory or research facility. It lists items with details such as manufacturer, part number, Chemical Abstracts Service (CAS) number, state, container type, quantity, capacity, hazard classification, and storage location. The inventory highlights various chemicals like Guanidinium Thiocyanate, Phenol, and several buffers, many of which are labeled as toxic, flammable, or corrosive. The information indicates active management of chemical safety, compliance with hazardous materials regulations, and meticulous organization to mitigate risks associated with storage and handling. Given that the document is part of government RFPs and grants, it serves as a logistical and regulatory tool to ensure that state and local entities adhere to safety and environmental standards when working with chemicals. This inventory plays a critical role in planning, permitting, and safety protocols, allowing agencies to provide accurate information for funding and resource allocation while supporting public safety and environmental protection objectives.
    The document seems to focus on an appendix of a larger report or proposal related to federal or state RFPs, specifically containing photos. While the main content and purpose are not provided beyond the mention of photos, this section likely serves to visually complement a discussion on projects, grants, or proposals by providing relevant imagery. These photos might depict project sites, past works, or examples of required deliverables that enhance understanding of the proposals outlined in the main report. The lack of textual content suggests that it is meant to offer visual context and support to the associated proposal, aligning with standard practices in RFP submissions where visual aids help clarify and strengthen the written content. However, without further details or descriptions accompanying the photos, the summary remains limited to acknowledging the visual nature of this appendix.
    The document serves as an appendix listing essential websites related to federal regulations pertinent to government Requests for Proposals (RFPs) and grants. It outlines mandatory resources that industry stakeholders must utilize to ensure compliance with various regulatory frameworks. Key websites include the Federal Acquisition Regulation (FAR) for procurement regulations, the Occupational Safety and Health Administration (OSHA) for workplace safety standards, and the US Nuclear Regulatory Commission (NRC) for nuclear safety guidelines. Additional resources specified are from the Department of Transportation and the Resource Conservation and Recovery Act (RCRA) which addresses hazardous waste management. Each entry includes the website link, reinforcing the importance of these sources for entities engaged in federal and state/local procurement processes. This structured reference aids compliance and informs stakeholders of regulatory expectations within government contracting contexts.
    The Milford Hazardous Waste Removal project is a combined synopsis/solicitation issued as a Request for Quotation (RFQ) for services related to hazardous waste removal at the NOAA Milford Laboratory in Connecticut. It is a total Small Business Set-Aside under NAICS code 562211, with a value threshold for small businesses set at $47 million. The contractor is required to provide all necessary labor, materials, and equipment to safely identify, pack, transport, and dispose of hazardous and non-hazardous waste, adhering to applicable federal, state, and local regulations. The period of performance for the contract is 45 days from the date of award. Offerors must submit quotes electronically by February 14, 2025, and can ask questions by February 12, 2025. The evaluation of quotes will prioritize the technical approach and past performance over price, with the potential for a trade-off between quality and cost. Contractors need to have all necessary certifications for hazardous material transport and must comply with strict safety and documentation requirements. The government emphasizes quality assurance and holds the right to inspect and approve all aspects of the contractor's work. This solicitation underscores the government’s commitment to safely managing hazardous waste while fostering small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    N0018925HAZMATNDW
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified businesses to provide Hazardous Material (HAZMAT) Support Services at various Navy Consolidated HAZMAT Reutilization and Inventory Management Program (CHRIMP) Centers. The contractor will be responsible for labor-only support to manage HAZMAT operations, ensuring compliance with federal, state, and local regulations while enhancing lifecycle management of hazardous materials, including supply chain management, storage, tracking, and proper disposal. This procurement is crucial for maintaining environmental compliance and operational readiness within Navy installations, with a contract anticipated to be a Firm Fixed Price (FFP) model for a base period of twelve months, including four optional extensions and an additional six-month option. Interested parties must submit a Statement of Capabilities by 10:00 AM on February 13, 2025, to the designated Navy contacts, with inquiries directed to Daniel Petro at daniel.p.petro.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
    NOAA SHIP HASSLER MULTIPLE BOOM SERVICE
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide multiple boom services for the NOAA Ship Ferdinand R. Hassler during its operations in New Castle, New Hampshire, from March 1, 2025, to February 28, 2026. The contractor will be responsible for managing up to five fueling events, requiring the deployment of 300 feet of boom to ensure environmental protection during the offloading of waste oil. This procurement is critical for maintaining compliance with environmental safety standards during marine operations, and it is set aside for small businesses under NAICS code 488310, with a size standard of $47 million. Interested vendors must submit their quotations electronically by February 13, 2025, and provide necessary documentation, including SAM registration details and itemized costs, to Alexander Cancela at alexander.cancela@noaa.gov.
    HAZARDOUS WASTE DISPOSAL
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for hazardous waste disposal services, specifically targeting the management, collection, transportation, and disposal of various hazardous and non-regulated waste materials. The contractor will be responsible for providing necessary labor, equipment, and management to ensure compliance with federal, state, and local regulations, including EPA standards, while maintaining safety protocols throughout the disposal process. This procurement is crucial for supporting environmental health and safety within a large industrial operation in Crane, Indiana, and emphasizes the government's commitment to sustainable waste management practices. Interested vendors should contact Matthew Sward at matthew.r.sward2.civ@us.navy.mil or call 812-381-0981 for further details, and must acknowledge receipt of the solicitation amendment to avoid rejection of offers.
    S--Bulk Cleanup Services
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified contractor to provide bulk cleanup services at select locations within the National Environmental Satellite, Data, and Information Service (NESDIS). The primary objective of this procurement is to remove excess non-accountable items, including small office supplies, broken furniture, and outdated computer monitors, from NESDIS sites on an as-needed basis. These cleanup services are essential for maintaining organized and efficient work environments within NOAA facilities. Interested parties should contact Stephanie Dewitt at STEPHANIE.DEWITT@NOAA.GOV for further details, as this opportunity is set aside for 8(a) sole source contractors under FAR 19.8.
    S222--Hazardous Waste Disposal (DM total 5 sites) SDVOSB, IDIQ (VA-25-00018007)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for hazardous waste disposal services under an indefinite delivery/indefinite quantity (IDIQ) contract, specifically targeting Service Disabled Veteran Owned Small Businesses (SDVOSB). The contract encompasses the management, disposal, and treatment of hazardous and regulated medical waste across five sites, including the Des Moines VA Hospital and its affiliated community-based outpatient clinics. This initiative is crucial for ensuring compliance with federal and state regulations regarding hazardous waste management, thereby promoting environmental safety and public health. Interested contractors must submit their proposals by February 10, 2025, at 11:00 CST, and can direct inquiries to Contract Specialist Michael J Wicht at Michael.Wicht@va.gov.
    Wakefield WFO Non-personal Janitorial Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide non-personal janitorial services for the National Weather Service's Weather Forecast Office located in Wakefield, Virginia. The contract encompasses a base year and up to four option years, with services required to maintain cleanliness and sanitation in approximately 4,300 square feet of office space, including daily, weekly, and monthly cleaning tasks, while adhering to safety standards and quality control measures. This procurement is crucial for ensuring a clean and safe working environment for NOAA personnel, and interested contractors must submit their detailed technical approach, past performance documentation, and pricing proposals by February 21, 2025. For further inquiries, potential bidders can contact Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.
    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.
    Corpus Christi Regional HW Removal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste removal services in the Corpus Christi, Texas area. The procurement involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs), in compliance with federal, state, and local regulations. This contract, structured as a firm-fixed price indefinite delivery/indefinite quantity agreement, is crucial for ensuring environmental compliance and safety in military operations. Interested firms must submit their capabilities packages by 1500 EST on February 6, 2025, to Heidi McCoy at heidi.mccoy@dla.mil, with late submissions not being accepted.
    Hazmat Climate Controlled Container Rental
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking vendors to provide rental services for six HAZMAT climate-controlled containers. The procurement aims to ensure safe and compliant storage of hazardous materials, with containers required to meet specific safety standards, including leakage collection systems and fire suppression capabilities. This opportunity is critical for maintaining safety and regulatory compliance in hazardous material management at the facility. Interested vendors must submit their quotes by February 11, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Lillian Kwong at lillian.l.kwong.civ@us.navy.mil or call 757-752-8162.
    Services, non-personal, for mold remediation - WFO
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal services for mold remediation at the Weather Forecast Office located in Honolulu, Hawaii. The procurement aims to address reported respiratory issues among employees by ensuring the effective cleaning and removal of mold, which includes the submission of a microbial remediation plan, adherence to safety protocols, and the provision of certified personnel. This initiative underscores the importance of maintaining a healthy work environment in compliance with FEMA and OSHA regulations. Interested contractors must submit their quotes electronically by February 18, 2025, and can direct inquiries to Katy Reano at katy.reano@noaa.gov or by phone at 808-725-6023.