HAZARDOUS WASTE DISPOSAL
ID: N0016425R1028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, 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
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 7:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Jan 23, 2025, 4:04 PM UTC
The document details a comprehensive Request for Proposals (RFP) concerning hazardous waste management services for government use. It outlines various requirements for the contractor, including the provision, collection, transport, and disposal of 20, 30, and 40 cubic yard roll-off containers for different waste types, such as heavy metals, non-regulated materials, flammable solids, and various hazardous chemical wastes. Specific provisions for recycling, neutralization, and incineration of hazardous materials are highlighted, along with compliance with relevant federal regulations. Additionally, the RFP includes specifications for providing containers for hazardous waste storage, such as steel and plastic drums of various sizes, and mandates strict adherence to safety regulations during transportation. Other critical services noted include waste evaluation for tank/pits and maintenance for indoor and outdoor shooting ranges, indicating a broader scope of environmental service requirements. This document serves to solicit competitive bids for effective and compliant hazardous waste management while ensuring environmental safety and regulatory adherence.
Jan 23, 2025, 4:04 PM UTC
The document is an amendment to a federal solicitation, specifically modifying Contract ID N0016425R1028. The primary purpose is to revise the CLIN Price Matrix by adding a new line item that includes one-cubic yard galaxy bags with polyethylene liners. The amendment retains all previous terms and conditions unless specified. It also updates the Table of Contents for the attachments related to the solicitation, detailing their descriptions, page counts, and dates. The acknowledgment of receipt of this amendment is required to avoid rejection of any offers. The document emphasizes that the contract modifications reflect administrative changes and reiterates the processes for submitting acknowledgment or changes to existing offers. This amendment is essential in ensuring compliance with federal procurement regulations and facilitating transparent communication between the contracting officer and contractors.
Jan 23, 2025, 4:04 PM UTC
The document outlines a request for proposals (RFP) for hazardous waste disposal services by the Naval Surface Warfare Center Crane Division. The primary objective is to secure a contractor to manage, collect, transport, and dispose of various hazardous and non-regulated waste materials, in accordance with multiple federal, state, and local regulations. Key tasks include the provision of necessary labor, equipment, and management for safe disposal operations, including tank evaluations and maintenance at indoor/outdoor shooting ranges. The contract outlines compliance with EPA standards, environmental protection laws, and safety protocols. Moreover, it specifies training and licensing requirements for contractor personnel, mandates documentation for all disposal processes, and establishes performance metrics. The statement of work (SOW) details the environmental management standards to uphold safety while ensuring proper waste management, emphasizing contractor accountability. Located in Crane, Indiana, the project supports environmental health and safety within a 64,000-acre industrial operation. The proposal includes constraints on contractor actions, such as prohibiting environmental sampling and requiring timely waste report submissions. This RFP is indicative of the government's commitment to sustainable waste management practices and compliance with stringent hazardous material handling regulations.
Jan 23, 2025, 4:04 PM UTC
The government file outlines a Request for Proposal (RFP) for waste collection, transportation, and disposal services, specifically targeting hazardous and non-hazardous materials. The contractor is required to provide various sizes of roll-off containers (20, 30, and 40 cubic yards) for different types of waste, including flammable solids, heavy metals contaminated ash, and several forms of toxic and corrosive waste as defined by federal regulations. It specifies the disposal processes for various materials, including lab packs, contaminated sludge, and specific hazardous wastes such as batteries and fluorescent lamps, with compliance to environmental regulations emphasized. Additionally, the contractor is expected to supply appropriate containers for the storage and transportation of hazardous waste, meeting federal and state standards. The RFP appears structured to ensure safety, compliance, and efficient waste management services over multiple years, indicating the government's ongoing commitment to responsible environmental practices. The service is aimed at maintaining public safety and environmental integrity.
Jan 23, 2025, 4:04 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the systematic methods for monitoring the contractor's performance in the Hazard Waste Program under Contract N0016425R1028. The QASP seeks to ensure service quality conformity while allowing flexibility in contractor operations, emphasizing results over strict compliance. It defines the roles of government personnel, the performance standards to be monitored, and the methodologies for evaluations such as the Contractor Performance Assessment Reporting System (CPARS). Key responsibilities are assigned to the Procuring Contracting Officer (PCO), Contracting Officer’s Representative (COR), and Subject Matter Expert (SME), each contributing their expertise to maintain oversight and accountability. Performance will be gauged through various surveillance techniques including 100% inspections, random sampling, and customer feedback, with results influencing future option exercise decisions. The document stresses the importance of timely and accurate reporting against established performance criteria, promoting continuous improvement and effective communication between the contractor and government officials. Overall, the QASP serves as a comprehensive framework for ensuring quality service delivery while balancing oversight with contractor autonomy.
Jan 23, 2025, 4:04 PM UTC
The document appears to be a corrupted or poorly encoded government file related to federal and state RFPs (Request for Proposals) and grants. Its main purpose seems to focus on the procurement process, emphasizing compliance, regulatory frameworks, and the need for clear guidelines in project implementation. Key points include the significance of accurate submissions, adherence to ethical standards, and the procurement lifecycle's structured approach. The document likely calls for transparency and accountability in public spending, ensuring that awarded projects align with community needs and legal standards. Although details are unclear due to encoding issues, the emphasis on governance, oversight, and project management indicates its relevance in informing stakeholders in the governmental or contracting sectors about best practices and requirements for funding applications. Overall, it underscores the importance of a systematic process in administering federal grants and RFPs, fostering trust and efficacy in government operations.
The document outlines requirements for submitting past performance information in response to a federal solicitation identified as N0016425R1028. It emphasizes the need for detailed data on prior contracts or task orders relevant to the solicitation, including key elements such as performing contractor details, contact information for points of contact, and the type of contract. A vital section requires a narrative describing how the previous contract aligns with the current requirements, addressing both size and scope. Additionally, applicants must outline significant accomplishments, challenges encountered, and strategies employed to overcome these obstacles during contract execution. This solicitation seeks to ensure that contractors demonstrate experience and capability to fulfill the proposed requirements effectively, reflecting the importance of past performance in the evaluation process within federal procurement practices. Overall, the document serves as a guideline for vendors to showcase their relevant experience and success in similar contractual environments, crucial for compliance with federal standards.
The Past Performance Questionnaire for Solicitation N00164-25-R-1028, issued by NSWC Crane, seeks evaluation of contractors’ previous performances to assess their suitability for government contracts. It requests feedback regarding four main areas: Quality of Product or Service, Timeliness, Business Relations, and Customer Satisfaction. Responders are prompted to rate contractors' performances on a scale from "Exceptional" to "Unsatisfactory" and provide narrative explanations for extreme ratings. The questionnaire specifically inquires into adherence to contract specifications, timeliness of service, accuracy in financial dealings, and effectiveness in customer communication, including subcontractor management. Completed questionnaires must be submitted electronically to the designated government point of contact by the solicitation's closing date. This exercise is pivotal for the government’s evaluation process, emphasizing accountability and quality assurance in contractor performance.
Jan 23, 2025, 4:04 PM UTC
The document outlines a Contract Data Requirements List (CDRL) for Hazardous Waste Disposal Services under Contract Number N00164-24-R-1028. It specifies the data items that the contractor must submit, including an Environmental, Safety and Occupational Health (ESOH) Plan, Accident Incident Reports, Certification Data Reports, Uniform Hazardous Waste Manifest, Facilities Requirement Document (FRD), and Contractor's Standard Operating Procedures. Each data item includes details on submission frequency, requiring offices, and distribution requirements. Notably, the contractor must ensure that safety plans are accepted by relevant offices before commencing work, report incidents promptly, and maintain records of qualifications for personnel. The document’s structure includes categorized data items, their titles, authorities, and remarks that detail requirements for quality assurance. This CDRL emphasizes regulatory compliance and procedural integrity necessary for handling hazardous waste, reflecting the government's commitment to environmental safety and occupational health within contracting procedures. Overall, the document serves as a framework to ensure that contractors meet specific safety and environmental standards when performing hazardous waste disposal services.
Lifecycle
Title
Type
HAZARDOUS WASTE DISPOSAL
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
SOUTH FLORIDA HAZARDOUS WASTE SOURCES SOUGHT
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste management services in South Florida. The procurement involves the removal, transportation, and disposal of various hazardous wastes, including RCRA and non-RCRA wastes, from military installations and surrounding areas, adhering to all relevant regulations. This opportunity is critical for ensuring compliance with environmental safety standards and effective waste management practices. Interested firms must submit a capabilities package by 4:00 PM EST on April 17, 2025, to Chad Hankins at chad.hankins@dla.mil, with the potential for a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity Services Contract anticipated to span a 30-month base period and an optional 30-month extension.
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 (DLA) Disposition Services, is seeking proposals for the Corpus Christi Regional Hazardous Waste Removal contract. This procurement involves the removal, transportation, and disposal of various hazardous wastes, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, from military installations in Corpus Christi, Texas, and within a 50-mile radius. The contract emphasizes compliance with environmental regulations and safety protocols, ensuring responsible waste management practices. Proposals are due by 3:00 PM EST on April 21, 2025, and interested parties should submit their offers via email to Heidi McCoy at heidi.mccoy@dla.mil. For further inquiries, contact Heidi McCoy or Erik Rundquist at the provided email addresses or phone numbers.
Hazardous Waste Removal and Disposal Italy
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal and disposal of hazardous and non-hazardous waste generated at military installations in Italy. The contract encompasses the transportation, treatment, and disposal of waste, requiring compliance with both U.S. and Italian environmental regulations, and includes a firm-fixed price model with a performance timeline of 30 months, plus an option for an additional 30 months. This procurement is critical for ensuring safe and compliant waste management practices, reflecting the government's commitment to environmental stewardship. Proposals are due by 6:00 PM EST on May 9, 2025, and interested parties should direct inquiries to Melissa Herrick at melissa.herrick@dla.mil.
S--Integrated Solid Waste for Naval Base Coronado
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking integrated solid waste services for Naval Base Coronado. This service is typically used for the collection, transportation, and disposal of solid waste generated at the base. The procurement notice indicates that a sole source contract will be awarded to EDCO Disposal Corporation. Interested parties must submit their ability to satisfy this requirement via email. It is important to note that this notice of intent is not a request for competitive proposals.
Puerto Rico Hazardous Waste Disposal Contract
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Puerto Rico Hazardous Waste Disposal Contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations and designated pickup locations. The contract specifically targets Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, and other regulated materials, while excluding infectious medical waste and radioactive materials. This procurement is crucial for ensuring compliance with environmental regulations and maintaining operational readiness within military facilities in Puerto Rico. Interested contractors must submit their proposals by April 21, 2025, and can direct inquiries to Stephen Ngotho at stephen.ngotho@dla.mil or Scott Marko at Scott.Marko@dla.mil for further information.
MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) – NSWC Crane
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a Multiple Award Construction Contract (MACC) to support various construction projects in Indiana. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has an estimated total value of up to $48.7 million, with a minimum firm-fixed-price of $500 for awarded contracts, and emphasizes the importance of small business participation, targeting at least 40% of subcontracted dollars to small businesses. Offerors must demonstrate their technical capabilities, management approaches, and past performance while adhering to specific proposal formatting and content guidelines. Interested parties should contact Aaron Hohl at aaron.m.hohl.civ@us.navy.mil for further details and ensure they are registered in the necessary government systems to participate in this competitive procurement process.
Dumpster Manure Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for dumpster manure services at the Marine Corps Mountain Warfare Training Center (MCMWTC) in Bridgeport, California. The contractor will be responsible for providing a 30-cubic yard dumpster for manure collection, with requirements for efficient delivery and removal services within three business days, barring adverse weather conditions. This procurement is crucial for maintaining sanitation and operational efficiency at the training center, and it emphasizes compliance with federal acquisition regulations while supporting small business participation, particularly from service-disabled veteran-owned and women-owned small businesses. Interested contractors should contact Gabriel Lopez at Gabriel.Lopez@usmc.mil or call 760-932-1544/1666 for further details, and are encouraged to review the attached RFP for specific requirements and evaluation criteria.
F999--Black Hills VA Hazardous Waste Disposal Services
Buyer not available
The Department of Veterans Affairs is seeking qualified businesses to provide Hazardous Waste Disposal Services for the Black Hills VA Health Care System located in Fort Meade, South Dakota. The procurement aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management, including offsite transportation and final disposition of various waste types, as well as onsite technician-level support for waste management programs. This initiative underscores the VA's commitment to environmentally responsible waste disposal practices and the safety of patients and staff. Interested vendors must submit their capabilities and relevant documentation to Contracting Officer Traci Johannes at traci.johannes@va.gov by 12:00 PM Central Time on April 9, 2025, as this notice serves solely for market research and not as a solicitation for proposals.
S222--Waste Management
Buyer not available
The Department of Veterans Affairs is seeking proposals for waste management services under solicitation number 36C25725Q0482, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement includes the removal of pharmaceutical waste across various clinics in Texas coastal areas, requiring contractors to provide containers for RCRA and non-RCRA waste, conduct annual site audits, and ensure compliance with federal, state, and local regulations. This initiative underscores the importance of efficient hazardous waste management while promoting opportunities for veteran-owned businesses in federal contracting. Proposals are due by April 10, 2025, at 9:00 AM Central Time, and interested vendors can contact Contract Specialist Michael A. Grier at michael.grier@va.gov or 1-210-996-8817 for further information.