DLA Disposition Services Hazardous Waste Removal New England Region
ID: SP450024R0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSTION SERVICE - EBSBATTLE CREEK, MI, 49037-3092, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified 8(a) small businesses for the removal, transportation, and disposal of hazardous waste in the New England region, specifically Connecticut, Massachusetts, Rhode Island, and Fishers Island, New York. The contract encompasses the management of various hazardous materials, including those regulated under the Resource Conservation and Recovery Act (RCRA), and is structured with a 30-month base period followed by a 30-month option period, with an anticipated start date of February 3, 2025. This procurement is critical for ensuring compliance with environmental regulations and maintaining safety standards at military installations. Interested contractors must submit their proposals to the primary contact, Jose Acevedo, at jose.acevedo@dla.mil, within 30 calendar days from the solicitation distribution date, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.

    Point(s) of Contact
    Files
    Title
    Posted
    The New England Regional Hazardous Waste Disposal Contract 2024 outlines various waste management services and rental agreements related to hazardous materials. It includes categories for daily, weekly, monthly, and annual rentals of lined roll-off boxes and vacuum boxes, alongside detailed instructions for waste sampling and analysis using EPA and SW-846 methods. The contract specifies the handling of numerous hazardous wastes, including per- and polyfluoroalkyl substances (PFAS), corrosive materials, batteries, compressed gas cylinders, and industrial cleaning services. Each waste type has defined permissible waste codes and conditions for disposal or recycling. The pricing structure lists estimated quantities for various waste types over the contract's duration and includes stipulations for expedited removal and certification of disposal for regulated materials. The document serves as a comprehensive framework to ensure the proper management of hazardous wastes while complying with environmental regulations, reflecting governmental commitment to safe disposal and sustainability practices. This RFP emphasizes environmental safety in waste handling, essential for effective governmental environmental stewardship.
    The New England Regional HW Disposal Contract details the removal, transportation, and disposal of hazardous wastes regulated under the Resource Conservation and Recovery Act (RCRA) and other applicable laws from military installations in Connecticut, Massachusetts, Rhode Island, and New York. The contract consists of a 30-month base period and a 30-month option period, with specific timelines for waste removal: 15 business days for containerized waste and five for bulk waste. The document outlines the phases of waste removal—Pre-Removal, Removal, and Post-Removal—and establishes protocols for waste segregation, spill responsibility, packaging, and documentation requirements. It specifies the responsibilities of contractors, including the need for qualified personnel, compliance with safety and environmental regulations, and proper handling of a variety of waste types, such as Polychlorinated Biphenyls (PCBs) and Per- and Polyfluoroalkyl Substances (PFAS). A critical focus is on compliance with local, state, and federal regulations, and the necessity for specific permits and notifications prior to waste handling. The contract also emphasizes the importance of maintaining an Acceptable Performance Level (APL) and stipulates the means of addressing disputes related to contract line-item numbers (CLINs) during waste removal. Overall, it provides a comprehensive framework for safely managing hazardous waste in a government context, ensuring regulatory compliance throughout the process.
    The document outlines pickup locations for the Defense Logistics Agency (DLA) Disposition Services across Connecticut, Massachusetts, and Rhode Island. It provides a comprehensive list of military and government facilities where contractors are expected to perform pickups, detailing addresses and points of contact. In Connecticut, locations include bases such as the Bradley Air National Guard Base and the Naval Submarine Base New London, among others. Massachusetts listings feature various Army National Guard facilities and Air Force Bases, including Hanscom AFB and Barnes Air National Guard Base. Rhode Island sites encompass numerous Army National Guard and Navy installations, ensuring comprehensive coverage in the Northern region. The purpose of this document is to inform contractors about the specific sites for logistical operations, as part of federal RFPs related to disposal and service management. By compiling these locations, the DLA ensures organized operations, facilitating successful service delivery and tracking of government materials. This structured approach promotes efficiency in managing government resources and aligns with federal regulations for service contracts within military contexts.
    The Contractor Work Surveillance Checklist outlines the monitoring process for Industrial Cleaning Services (ICS) under specific Contract Line Item Numbers (CLINs). It is designed to ensure compliance with standards during service execution. Key aspects involve verifying the timely arrival of the cleaning crew with essential equipment, including a vacuum truck and cleaning tools. The checklist requires documentation, such as weight tickets for the vacuum truck and inspection reports to confirm cleanliness and compatibility with waste materials. It also assesses the operational efficiency of all equipment and the satisfaction level of the designated Government representative overseeing the work. Comments are encouraged for additional observations, followed by the required signature of the Government representative to finalize the report. This checklist is an essential tool for quality control and compliance verification in federal contracting, reflecting the government's commitment to operational standards and safety regulations.
    The Contractor Work Surveillance Checklist is a structured document designed for monitoring the placement or removal of rented rolloff boxes (ROB) or vacuum boxes for government contracts. The checklist requires the completion of specific information such as the contract number, dates, and details of the designated government representative. It assesses critical points of contractor compliance, including timely arrival, proper equipment provision, and the condition of containers upon delivery. The checklist emphasizes the need for approved weight tickets, inspection for damage, operational efficiency, and adherence to safety standards. A space for comments allows for documentation of any issues noted during the surveillance. This tool is vital for ensuring contractors meet government standards during waste management operations and is integral to the compliance processes outlined in federal and state RFPs.
    The DLA Form 2505 is a critical document used for invoicing within the context of disposal services regulated by the federal government, particularly concerning hazardous materials. This draft revision outlines the necessary details for completing an invoice related to the disposition of hazardous items. It specifies sections for inputting line item numbers, hazardous item numbers (HIN), quantities picked up, and various manifest details required for tracking disposal processes. Key elements include certification of accuracy regarding contract performance, EPA identification for disposal facilities, and final disposal management methods. The document emphasizes accuracy and completeness in reporting waste disposal, requiring specific columns to be filled depending on the type of contract and the items involved. It also notes variations in requirements for foreign versus U.S. contracts, particularly concerning certifications of destruction or recycling. Overall, this form serves as a guideline to ensure compliance with federal regulations governing hazardous material disposal, supporting the effective tracking and management of such waste as part of government contracts and grants.
    The CAC Application Process outlines the requirements for contractors to issue, control, and account for Government-issued Common Access Cards (CACs). Contractors must ensure that employees needing a CAC complete necessary forms, including the DLA Form DH 1728 and the DD Form 1172-2, followed by verification through the Trusted Associate Sponsorship System (TASS). Upon CAC issuance, contractors are mandated to notify the Contracting Officer Representative (COR) or Contracting Officer (CO) and establish procedures to secure and account for the CACs diligently. In cases of lost or stolen CACs, immediate notification to the contractor and reporting to local authorities is required. Contractors are also obligated to turn in CACs upon contract completion or employee termination and submit monthly reports verifying the status of all CACs. Compliance with these procedures is critical, as failure to adhere may result in work stoppages, disapproved invoices, or documentation of non-compliance. The document emphasizes safeguarding these security credentials as part of a Defense Logistics Agency (DLA) security measure, ensuring responsible use and management of CACs by contractors.
    The document is a comprehensive directive for offerors responding to the RFP SP4500-24-R-0020, detailing the necessary representations and certifications required for federal contracts. It emphasizes the importance of reviewing and completing specific sections, particularly concerning ownership classifications such as small, veteran-owned, and women-owned businesses. Definitions relevant to the procurement process are provided, including terms related to telecommunications, child labor, and economic disadvantage certifications. Key provisions include certifications regarding compliance with federal laws, reporting obligations, and representations related to the Buy American Act, tax liabilities, and business operations in Sudan. Offerors are instructed to disclose information on their immediate and highest-level owners and their compliance with tax obligations, previous contract compliance, and any criminal or administrative proceedings within the past five years. The overall purpose of the document is to ensure that all potential contractors are aware of their responsibilities and the required documentation related to federal contracting. This thorough and structured approach ensures transparency, compliance with regulations, and the promotion of socio-economic policies in government contracting.
    The document outlines additional contract terms and conditions for the solicitation SP4500-24-R-0020 regarding the New England Regional HW. It incorporates various clauses from the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD), which dictate the requirements for contractor compliance, payment structures, and subcontracting conditions. Key FAR clauses emphasize identity verification, safeguarding information systems, and prohibitions related to certain vendors and practices. Additionally, it establishes contract ordering processes, minimum and maximum order limitations, and provisions for extending services or contract terms. DFARS and DLAD clauses further address compensation disclosures and acquisition restrictions tied to national security concerns. The document serves as a guideline for contractors to ensure compliance with federal regulations and standard operating procedures while engaging in government procurement processes. The detailed list of clauses and regulations helps maintain transparency, accountability, and ethical practices in federal contracting, further elucidating the government's expectations for contractors involved in this RFP.
    The document serves as a Past Performance Information (PPI) Questionnaire for contractors bidding on a solicitation from DLA Disposition Services related to hazardous waste removal, transportation, and disposal services. It emphasizes the importance of contractor performance evaluation by requiring references to assess and report on the offeror’s quality of work, adherence to schedules, management effectiveness, and regulatory compliance. The questionnaire is structured into two main sections: the first requires the offeror to provide organizational details and contract history, while the second seeks ratings based on a defined scale from "Exceptional" to "Unsatisfactory" across various performance criteria. These criteria cover product/service quality, scheduling adherence, management, and compliance with regulations. Overall, the document underscores the government’s need for comprehensive input from references concerning past contracts to aid in awarding future contracts, enhancing transparency and accountability in the procurement process for hazardous waste management services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure anticipated to span a 30-month base period from November 2024 to May 2027, followed by a 30-month option period. Interested small businesses must submit their proposals by 1500 EST on October 4, 2024, to the designated contacts, Raymond Empie at raymond.empie@dla.mil and hazardouscontractseast@dla.mil.
    North Florida Regional HW Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the North Florida Regional Hazardous Waste Removal contract, which involves the removal, transportation, and disposal of hazardous and non-hazardous wastes from military installations in North Florida and within a 50-mile radius. The contract is structured to cover a 30-month base period from February 2025 to August 2027, with an option for an additional 30-month period, emphasizing compliance with environmental regulations and safety standards in hazardous waste management. Interested contractors must submit their proposals by 3:00 PM EST on October 24, 2024, to Michelle Watson at Michelle.Watson@dla.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including past performance and pricing considerations.
    DLA Disposition Services Spain Hazardous Waste Removal Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified businesses for hazardous waste removal services at U.S. military installations in Spain, specifically Rota and Morón. The procurement involves the transportation and disposal of various types of hazardous and non-hazardous waste, including RCRA hazardous wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs), in compliance with local, state, and federal regulations. This contract is crucial for ensuring environmental safety and regulatory compliance in waste management operations at these military bases. Interested firms must submit a capabilities package by 1300 EST on August 25, 2024, to Jose Acevedo at jose.acevedo@dla.mil, with no late submissions accepted.
    e-RECYCLING DEMILITARIZATION/MUTILATION ASCONDITION OF SALE (DCOS/MCOS) SCRAP ELECTRONICS RESIDUE SALE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the e-Recycling Demilitarization/Mutilation as a Condition of Sale (DCOS/MCOS) Scrap Electronics Residue Sale. This procurement involves a sales contract for the processing and disposal of electronic scrap, which includes military and commercial grade items, with a minimum performance period of 60 months and potential options for additional quantities. The contract emphasizes compliance with national security and environmental regulations, requiring bidders to demonstrate their capabilities in logistics, processing, and adherence to demilitarization standards. Interested parties must submit their technical proposals by 3:00 p.m. EST on January 27, 2025, and can direct inquiries to Hannah Blattner or Edwin Moreland at the provided contact details.
    Raymark Superfund Site, Stratford CT: Operable Units (OUs) 5 (Shore Road) & 6 (Morgan Francis)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is issuing a presolicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to remediate the Raymark Superfund Site in Stratford, Connecticut, specifically Operable Units 5 (Shore Road) and 6 (Morgan Francis). The project involves the excavation and offsite disposal of approximately 10,000 cubic yards of contaminated soil and the construction of a Resource Conservation and Recovery Act (RCRA) hazardous waste landfill cap, along with supporting infrastructure, to address contamination from the former Raymark facility. This remediation effort is crucial for public health and environmental safety, given the site's proximity to residential areas and the presence of hazardous materials such as PCBs, metals, and asbestos. The total contract value is not to exceed $49 million, with the solicitation expected to be released in October 2024 and work anticipated to commence around April 2025. Interested small businesses, including those certified as 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned, should direct inquiries to Tyler Maryak at tyler.s.maryak@usace.army.mil.
    Fort Drum Rapid Removal of Excess (R2E)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide maintenance and logistical support for the Rapid Removal of Excess (R2E) mission at Fort Drum. The contractor will be responsible for executing field and limited sustainment level maintenance, including preventive maintenance checks and services, technical inspections, and managing property record functions within the Army's automated logistics systems. This procurement is critical for ensuring the efficient handling and management of military equipment, including asset requisition, inventory management, and freight services for hazardous materials. Interested parties should contact Scott Sylvester at scott.m.sylvester.mil@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for further details, as this opportunity is set aside for 8(a) businesses under NAICS code 811310.
    DDNV Grounds Maintenance and Snow/Debris Removal COMBINED SYNOPSIS SOLICITATION
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Grounds Maintenance and Snow/Debris Removal services at DLA Distribution Norfolk, Virginia. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to maintain a safe and aesthetically pleasing environment across over 2.4 million square feet of federal property, including regular lawn care and timely snow removal. This contract is crucial for ensuring the upkeep of government facilities, particularly in maintaining safety and compliance with federal regulations. Interested small businesses must submit their proposals by November 1, 2024, and can direct inquiries to George L. Cradic at george.cradic@dla.mil.
    S205-- ELP VA SOLID WASTE DISPOSAL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for solid waste disposal services at the El Paso VA Health Care System, with a contract valued at approximately $47 million. The procurement requires the contractor to provide a self-contained 30-yard compactor and a 30-yard roll-off container, ensuring compliance with federal and state regulations regarding waste management and safety protocols. This contract is crucial for maintaining efficient waste disposal operations within the healthcare facility, supporting its overall mission to serve veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by October 2, 2024, and can contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or (254) 922-1975 for further information.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    Demilitarization and Disposal of Conventional Ammunitions
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the demilitarization and disposal of conventional munitions at Mountain Home Air Force Base in Idaho. The contractor will be responsible for palletizing, marking, labeling, transporting, and disposing of various conventional munitions in compliance with all applicable federal, state, and local laws, utilizing recognized industry standard methods. This contract is crucial for ensuring the safe and legal disposal of military resources, particularly munitions purchased for the Republic of Singapore Air Force. Interested vendors are encouraged to contact Caleb Ferch at caleb.ferch.1@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines, with no specific funding amount or deadline currently provided.