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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    S222--Actionable-(S)442 Hazardous Waste, PU-Disposal (VA-25-00047159)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for hazardous waste disposal services under contract number 36C25925Q0219, aimed at supporting the Cheyenne VA Medical Center. The procurement requires contractors to manage the disposal of hazardous, non-hazardous, and universal waste, ensuring compliance with EPA and RCRA regulations while providing necessary training and waste characterization. This initiative is crucial for maintaining environmental safety and regulatory compliance in waste management across various VA facilities. Interested contractors must submit their proposals by February 28, 2025, at 14:00 Mountain Time, and direct inquiries to Contracting Officer Danielle Kramer at danielle.kramer@va.gov or by phone at 303-712-5725.
    PENDLETON HAZARDOUS WASTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Service, is seeking sources for hazardous waste management services at Camp Pendleton, California. The procurement involves the removal and disposal of various hazardous and non-hazardous waste types, adhering to federal and state regulations, with a focus on compliance with the Resource Conservation and Recovery Act (RCRA). This opportunity is critical for ensuring safe and environmentally responsible handling of hazardous materials, including specific requirements for waste evaluation, sampling, and timely reporting, particularly for substances like PFAS. Interested parties can contact James Mayotte at james.mayotte@dla.mil or 269-961-4450 for further details regarding this Sources Sought notice.
    Hazardous Wase Removal & Disposal- Belgium, Germany, & Netherlands
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the removal and disposal of hazardous waste across military installations in Belgium, Germany, and the Netherlands. The procurement involves a firm-fixed price contract structured as a 30-month base period followed by a 30-month option period, focusing on compliance with stringent environmental regulations and safety standards during the waste management process. This contract is critical for ensuring the safe handling and disposal of hazardous materials, thereby supporting the operational readiness of U.S. military facilities while adhering to both U.S. and local environmental laws. Interested contractors should contact Melissa Herrick at melissa.herrick@dla.mil or call 269-961-5962 for further details, and must submit their proposals electronically by the specified deadlines to be considered for this opportunity.
    S222--598-25-3-8723-0040 Title of Project: Hazardous and Nonhazardous waste removal & disposal
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the collection, sorting, packaging, and disposal of hazardous and nonhazardous waste, including pharmaceuticals, at the Central Arkansas Veterans Healthcare System. The contractor will be responsible for ensuring environmentally compliant disposal methods in accordance with federal, state, and local regulations, with services required at both the John L. McClellan Memorial Hospital and the Eugene Towbin Medical Center. This procurement is particularly significant as it emphasizes the safe handling and disposal of various waste types, including histopathology waste and organic solvents, while adhering to strict EPA guidelines. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by the specified deadline, and for further inquiries, they can contact Contracting Officer Arlene A. Blade at arlene.blade@va.gov or (318) 466-4281.
    Hazardous Waste Management, USAG Daegu KOREA
    Buyer not available
    The Department of Defense, through the 646th Support Detachment, is soliciting proposals for hazardous waste management services at USAG Daegu, Korea. The procurement aims to ensure the safe and compliant collection, transportation, and disposal of hazardous waste, which is critical for maintaining environmental safety and regulatory compliance on military installations. This contract falls under the NAICS code 562112, focusing on hazardous waste collection, and is essential for supporting the operational readiness of the facility. Interested vendors can reach out to Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or call 315-763-5691 for further details regarding the solicitation process.
    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.
    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.
    S222--Northport VAMC Hazardous Materials Disposal Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for hazardous materials disposal services at the Northport VA Medical Center in New York. The procurement encompasses a comprehensive waste management plan that includes the classification, segregation, packaging, labeling, transporting, treating, and disposing of hazardous and universal waste, as well as emergency spill response capabilities. This initiative is crucial for maintaining safety and compliance with federal and state regulations in a healthcare environment, ensuring responsible waste management practices. Interested vendors must submit their proposals via email by March 10, 2025, with a minimum guaranteed contract amount of $164,997 for the first year, and inquiries are encouraged in early March. For further information, contact Lisa Harris at Lisa.Harris4@va.gov.
    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.
    Refuse Collection and Recycling Services Supporting Two U.S. Army Reserve Centers in Abingdon, VA and Marion, VA
    Buyer not available
    The Department of Defense is seeking contractors to provide refuse collection and recycling services for two U.S. Army Reserve Centers located in Abingdon, VA, and Marion, VA. The contract, categorized as a non-personal services agreement, aims to maintain a clean and safe environment while complying with federal, state, and local regulations, encompassing tasks such as refuse collection, container maintenance, and recyclable material processing. This service is crucial for ensuring operational efficiency and environmental compliance at military facilities. Interested contractors should note that the contract will span one base year with four optional years, and they can direct inquiries to Nancy Zeng at nancy.m.zeng.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil for further details.