HAZARDOUS WASTE DISPOSAL
ID: N0016425R1028Type: Presolicitation
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)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Crane Division, is soliciting proposals for hazardous waste disposal services under Contract N0016425R1028. The procurement aims to secure a contractor responsible for the collection, transportation, and disposal of various hazardous and non-hazardous waste materials, ensuring compliance with federal, state, and local environmental regulations. This initiative is crucial for maintaining environmental safety and health within a large operational area in Crane, Indiana, emphasizing the importance of responsible waste management practices. Interested contractors 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 amendment to avoid rejection of offers, with proposals due by the specified deadline.

    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
    Presolicitation
    Similar Opportunities
    Southeast Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    Sources Sought Hazardous Waste Removal Alaska
    Dept Of Defense
    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.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for Hazardous Waste Treatment and Disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement involves comprehensive waste management, including the characterization, packaging, transportation, and disposal of various hazardous and non-hazardous waste streams, adhering to federal and state regulations. This contract is crucial for maintaining compliance with environmental standards and ensuring the safe disposal of waste generated by the medical facility. Interested parties must submit their proposals by December 18, 2025, at 12:00 PM NOON, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000, including options. For further inquiries, contact Morgan Stein at Morgan.Stein@va.gov.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    Hazardous Waste Transportation and Disposal Services
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for Hazardous Waste Transportation and Disposal Services. The primary objective is to identify companies capable of providing professional hazardous waste management, including transportation and disposal services, to support NREL's operations, which generate various regulated and non-regulated waste streams. This procurement is crucial for ensuring safe and compliant waste management practices, with services potentially including lab pack chemist support and bulk waste disposal. Interested companies must submit capability statements, rough order of magnitude estimates, and lead times by December 19, 2025, with the project anticipated to start in February 2026 and extend for up to 60 months. For further inquiries, contact Alex Joseph at ASP.Responses@nrel.gov.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.