Riley / Minot / Ellsworth Hazardous Waste and Disposal
ID: SP450025R0011Type: 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)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the removal, transportation, and disposal of hazardous and regulated wastes from military installations located in Fort Riley, Kansas, Ellsworth AFB, South Dakota, and Minot AFB, North Dakota. The contract, categorized under NAICS code 562211, encompasses a 30-month base period from May 2025 to November 2027, with an optional 30-month extension, and emphasizes compliance with EPA and RCRA regulations for safe waste management. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Erik Rundquist at erik.rundquist@dla.mil or by phone at 269-961-4891.

    Point(s) of Contact
    Files
    Title
    Posted
    The Riley, Minot, Ellsworth Regional Hazardous Waste (HW) Disposal Contract outlines a comprehensive price schedule and service offerings for waste management over a potential duration of 30 months. The contract details various types of waste, including hazardous materials and specific waste characteristics analysis, as well as rental options for lined roll-off and vacuum boxes. It includes services such as sampling, testing for organic compounds, and management of various battery types, corrosives, and P-listed wastes. The contract emphasizes compliance with EPA and RCRA regulations, stipulating the necessity for proper disposal methods, certifications, and recycling options for different waste streams. Additionally, the document categorizes services into specialized offerings—such as industrial cleaning, expedited removals, and overpacking—highlighting pricing for both standard and expedited services. It encompasses thorough procedures for handling compressed gas cylinders, reactive materials, and non-RCRA substances. The structure of the contract is systematic, providing unit costs, estimated quantities, and the specific requirements needed for various types of hazardous waste, ensuring that health, safety, and environmental compliance is maintained throughout the disposal process.
    The document outlines the collection details and designated points of contact (POCs) for various hazardous waste generator sites primarily located in Alabama and Louisiana. It lists numerous locations, including their street addresses, EPA IDs, generator information, and specific contacts responsible for hazardous material management under federal contracts. Notably, the Alabama National Guard facilities are highlighted, indicating their involvement in hazardous waste removal under specific contracts. Each entry provides crucial information such as the pick-up locations, contacts’ titles, emails, and phone numbers related to hazardous waste programs, showcasing a structured approach to environmental protection measures. Additionally, updates on construction projects and ongoing environmental management at these sites are mentioned, indicating an active effort in handling hazardous materials and maintaining compliance with environmental regulations. The document serves as a logistical framework to streamline hazardous waste collection and management processes as part of federal and state environmental obligations.
    The document provides guidelines for submitting proposals for hazardous waste disposal solicitations under the Defense Logistics Agency (DLA) Disposition Services. Offers must be submitted electronically via email in specific formats such as Microsoft Office or PDF, with clear subject lines and size limits. Proposals are organized into three volumes: Volume I includes certifications and pricing, Volume II focuses on past performance information, and Volume III contains small business participation plans. Past performance will play a significant role in evaluations, where offerors must present relevant contracts and address performance deficiencies, while small business participation plans must outline subcontracting utilization. The government favors a best value approach, evaluating proposals based on past performance and price, while also considering small business involvement. Site visits for prospective offerors must be arranged in advance, and submissions must be virus-free to ensure acceptance. Overall, adherence to these detailed requirements is essential for proposal consideration, emphasizing compliance with federal regulations and the importance of reliability in past performance evaluations for competitive bidding.
    The government document outlines additional contract terms and conditions relevant to a federal solicitation, incorporating various Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) clauses. Key provisions include requirements on contractor personnel identity verification, prohibitions on contracting certain foreign products, and support for small business subcontracting. The document elaborates on operational protocols such as ordering limits, contractor payment systems, and compliance with labor standards including the minimum wage for contractors. Additionally, the incorporation of clauses regarding cybersecurity and supply chain security indicates a strong emphasis on protecting government information and national security. The details provided aim to ensure contractors meet federal regulatory obligations while promoting transparency, fairness, and economic opportunities for small businesses. This document serves as a crucial guide for potential contractors engaged with federal agencies, ensuring adherence to legal requirements and operational standards throughout the contracting process.
    The document is a Past Performance Information (PPI) Questionnaire intended for offerors applying for the DLA Disposition Services' hazardous waste removal, transportation, and disposal services. It outlines the responsibilities of the offeror to ensure that their references complete and submit the questionnaire by the submission deadline for the proposal. The questionnaire is divided into two sections: Section 1 requires the offeror to provide their identifying information and details regarding their previous contracts, including performance locations and the types of hazardous waste handled. Section 2 is designed for the offeror's references to evaluate the quality of the offeror's past performance across various categories such as product/service quality, schedule adherence, management effectiveness, and regulatory compliance, utilizing a predefined rating scale. The document emphasizes the importance of providing feedback on the offeror's performance and the potential impact of this information on the source selection process, reinforcing that the data collected is Source Selection Sensitive and must be handled accordingly. Overall, the questionnaire serves as a critical component in assessing an offeror's qualifications and past performance for federal contracting opportunities.
    The document outlines the comprehensive process for contractors to obtain, manage, and return government-issued Common Access Cards (CACs) under a specific contract. Key steps include completing required forms (DLA Form DH 1728 and DoD Form 1172-2), obtaining verification for contractor employees, and securing CACs to prevent unauthorized use. In the event of a lost or stolen CAC, contractors must promptly notify appropriate authorities and follow designated reporting procedures. Additionally, contractors are required to provide monthly reports on CAC issuance and the status of employees working under the contract. Non-compliance with these procedures can lead to severe consequences, including work stoppages and payment delays. The established processes ensure security and accountability regarding CACs, thereby reinforcing government regulations and standards necessary for the integrity of operations in federal contracting environments. This document serves as a guide to promote compliance among contractors in relation to CAC management and security measures.
    The document pertains to the DLA Form 2505, used for invoicing related to hazardous waste disposal under federal contracts. It outlines the necessary components of an invoice, including details such as company name, contract number, and specific quantity information on hazardous items processed. The form requires certification of accuracy and completeness regarding contract performance data, ensuring compliance with federal standards. Instructions clarify what information is necessary based on the nature of the contract (e.g., US versus foreign contracts) and the type of services required, such as Certificates of Destruction or Recycling. The document details the procedure for reporting quantities of hazardous items picked up and disposed of, along with associated EPA ID numbers for facilities involved. It emphasizes proper documentation for tracking hazardous waste from collection to final disposal, ensuring regulation adherence. This form supports the management of hazardous materials within the framework of government contracts and environmental regulations.
    This document outlines provisions concerning responsibility matters and foreign procurement taxes for federal contracts and grants. It defines key terms, including "administrative proceeding," "Federal contracts and grants," and "principal." Offerors must disclose whether they have current Federal contracts valued over $10 million and update their information in the Federal Awardee Performance and Integrity Information System (FAPIIS). Additionally, the document addresses the tax implications for foreign persons receiving specified Federal procurement payments, detailing potential exemptions and the necessity of submitting IRS Form W-14 for claiming tax relief. The offeror's status as a foreign person influences contract terms, including potential withholding taxes. It underscores compliance with federal regulations, stressing the importance of transparency in contract conduct and taxation related to foreign procurements. Overall, the document serves to ensure that offerors provide accurate information regarding their financial and legal standing while complying with pertinent tax laws in connection with federal contracts and grants.
    The Combined Synopsis/Solicitation SP450025R0011 outlines a request for proposals (RFP) for the removal, transportation, and disposal of various hazardous and regulated wastes from military installations located in Fort Riley, Kansas, Ellsworth AFB, South Dakota, and Minot AFB, North Dakota. The acquisition is categorized as Full and Open under NAICS code 562211, with a small business size standard of $47 million. The anticipated contract period includes a 30-month base from May 2025 to November 2027, with an optional 30-month extension. Offerors are instructed to refer to the solicitation document for the complete requirements, contract terms, and evaluation criteria. Proposals are due by April 4, 2025, and any inquiries must be directed to the provided email addresses. Several attachments, including the Performance Work Statement and Price Schedule, accompany the solicitation to aid bidders in preparing their proposals. This document serves as a framework to facilitate competitive bidding while ensuring compliance with environmental regulations and waste management standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under a contract that spans from 2025 to 2030. The procurement aims to maintain cleanliness and hygiene across approximately 130 facilities, covering over one million square feet, with a focus on high-traffic areas and sensitive environments such as Child Development Centers. This contract is crucial for ensuring a safe and sanitary environment for military personnel and visitors, adhering to federal standards and regulations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.mil.
    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.
    25R10 Sasebo Hazardous Waste Removal and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking contractors for the removal and disposal of hazardous waste at military installations in Sasebo, Japan. The procurement involves comprehensive services including the transportation, recycling, and disposal of various hazardous materials, adhering to both U.S. and Japanese environmental regulations. This initiative is critical for ensuring safe waste management practices and compliance with health and safety standards, reflecting the government's commitment to environmental stewardship. Interested contractors can reach out to Denna Crandall at Denna.Crandall@dla.mil or call 269-961-5540 for further details, with proposals due within the specified timeframe outlined in the solicitation documents.
    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.
    DLA Disposition Services Spain Hazardous Waste Removal Sources Sought
    Buyer not available
    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.
    Refuse Collection Service for DLA Distribution San Joaquin (DDJC)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for refuse collection services at the DLA Distribution San Joaquin (DDJC) in Tracy, California. The procurement involves a base year contract with four optional renewal years, requiring comprehensive solid waste management services, including the collection and disposal of refuse from designated points, while adhering to federal, state, and local regulations. This contract is vital for maintaining operational efficiency and compliance within the DLA's logistics framework, ensuring effective waste management throughout the specified periods. Interested contractors must submit their proposals by March 13, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.
    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.
    Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for hazardous waste removal services in Alaska, specifically in Anchorage. The procurement involves the removal, transportation, and disposal of various hazardous waste types, adhering to strict EPA regulations and safety protocols. This contract is crucial for ensuring the safe management of hazardous materials, including PFAS and corrosive substances, within military installations, reflecting the government's commitment to environmental protection and compliance. Interested contractors should contact Michael Mamaty at Michael.Mamaty@dla.mil for further details, with proposals due by the specified deadline.
    Integrated Waste Management FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Solid Waste Management services at Hurlburt Field, Florida, under the solicitation FA441725Q0010. This procurement is restricted to 8(a) certified entities and aims to secure comprehensive non-personal services for solid waste management, including the provision of personnel and equipment necessary to meet specified operational requirements. The contract will span five years, beginning with a base year on April 1, 2025, followed by four optional renewal years, with proposals due by March 6, 2025. Interested vendors must maintain an active registration in the System for Award Management (SAM) and submit their quotes along with required documentation, including a Financial Institution Reference Sheet, to ensure compliance with federal procurement standards. For further inquiries, potential offerors can contact Lauren Hook at lauren.hook@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil.
    Medical Waste Disposal and Transportation 35TH MDSS SGSM, MISAWA Air Base, Japan
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking contractors to provide medical waste disposal and transportation services at Misawa Air Base, Japan. The procurement requires contractors to safely collect, transport, and dispose of medical waste from the Misawa Hospital, adhering to Japanese laws and the Japan Environmental Governing Standards (JEGS), while ensuring proper storage, incineration, and documentation of waste management. This service is critical for maintaining health and safety standards, particularly during crises, and requires contractors to be prepared for immediate operational readiness. Interested parties must submit their quotes electronically by March 4, 2025, with the contract performance period extending from April 1, 2025, to September 30, 2030. For further inquiries, contractors can contact Raphael Badagbor at raphael.k.badagbor.civ@health.mil or Gilberto Esteves at gilberto.a.esteves.civ@health.mil.