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, is seeking proposals for the removal, transportation, and disposal of hazardous waste from military installations located in Fort Riley, Kansas, Ellsworth AFB, South Dakota, and Minot AFB, North Dakota. The contract encompasses a range of hazardous materials, including RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, with a focus on compliance with federal, state, and local regulations throughout the service delivery process. This procurement is critical for maintaining environmental safety and regulatory compliance in military operations, with a contract period anticipated to last 30 months from May 2025 to November 2027, including an optional 30-month extension. Proposals are due by April 4, 2025, and interested parties should direct inquiries to Erik Rundquist at erik.rundquist@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Riley, Minot, Ellsworth Regional Hazardous Waste Disposal Contract outlines the procedures for the removal, transportation, and disposal of various hazardous waste types governed by the Resource Conservation and Recovery Act (RCRA) across military installations in Iowa, Kansas, Missouri, Nebraska, North Dakota, and South Dakota. The contract is structured into three main phases: Pre-Removal, Removal, and Post-Removal, with detailed requirements for each phase, including contractor responsibilities, waste characterization, and spill response measures. Key components include criteria for Contract Line Items (CLINs) associated with different waste types, special packaging requirements, documentation, and regulatory compliance. The contractor must ensure appropriate training, equipment, and certifications to handle hazardous waste safely and effectively. Notifications for waste removal logistics and security measures are specified, along with management protocols for waste segregation and spill response. The contract encompasses a firm-fixed price structure, allowing for adjustments based on actual waste removal needs while aligning with federal regulations. The emphasis on compliance ensures that the disposal process meets stringent environmental and safety standards, reflecting a commitment to responsible waste management within government operations.
    The Riley, Minot, Ellsworth Regional HW Disposal Contract details the processes for the removal, transportation, and disposal of various hazardous and non-hazardous wastes in designated states. Encompassing a firm-fixed price indefinite delivery/indefinite quantity arrangement, the contract spans a 30-month base period with a potential 30-month extension. Key phases of waste management include pre-removal preparations, actual removal, and post-removal documentation. Contractors are responsible for ensuring proper packaging, manifesting, and labeling in compliance with EPA regulations. The Performance Work Statement establishes Risk Management strategies, spill responsibilities, and a requirement for Contractor employees to be adequately trained for safe operations. Transport logistics and security protocols, including the handling of spills, are emphasized, along with set timelines for waste removal and equipment rental. Documentation accuracy, including weight verification and proper coding of waste streams, is crucial to meet government standards. The document signifies a commitment to environmental safety while ensuring efficient waste management compliance with federal, state, and local requirements.
    The Riley, Minot, Ellsworth Regional Hazardous Waste Disposal Contract outlines the responsibilities and requirements for the contractor in the safe removal, transportation, and disposal of hazardous materials from military installations across several states. The scope includes handling RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, among others. The contract operates under a firm-fixed price indefinite delivery/indefinite quantity structure, emphasizing compliance with federal, state, and local regulations throughout service delivery. Key areas include pre-removal criteria, removal phases, post-removal documentation, and reporting requirements. The contractor is responsible for ensuring waste is properly packaged, labeled, and manifests completed correctly prior to transport. Safety measures are stressed, including spill response plans and proper training of personnel involved in waste handling. Specific CLINs (Contract Line Item Numbers) categorize waste types and dictate disposal or recycling requirements. The government retains rights to modify task orders, and all activity must comply with stringent reporting and operational protocols, ensuring environmental standards are met comprehensively. This contract serves not only to manage hazardous waste but also to uphold safety and regulatory compliance as essential components of military operations.
    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 a comprehensive listing of locations for hazardous waste disposal services related to the Riley/Minot/Ellsworth contract, specifically involving various Iowa Army National Guard facilities along with additional bases in Kansas, Nebraska, and South Dakota. The list includes detailed addresses of military bases and armories involved in the disposal process, indicating a structured effort to maintain compliance with environmental regulations related to hazardous material management. The primary purpose of this file is to facilitate the coordination and execution of hazardous waste collection and disposal initiated by the federal government in compliance with safety and environmental standards. Each listed location is critical for ensuring that the disposal process is conducted effectively, addressing the needs of multiple state facilities and maintaining operational readiness. This aligns with government initiatives to uphold ecological safety and regulatory adherence while managing waste from military operations. The document underscores the importance of structured waste disposal protocols within government contracts and the implications for environmental stewardship.
    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.
    This document serves as a comprehensive inventory of various hazardous waste generators and associated points of contact (POCs) located primarily in Alabama and Louisiana. It details the addresses, Environmental Protection Agency (EPA) identifiers, and status of the generators, indicating an organized effort to manage hazardous waste in compliance with federal regulations. Key personnel, including Environmental Protection Specialists, are identified for each location, ensuring a streamlined communication channel for waste management. The document mentions specific contracts related to hazardous waste removals, notably the Anniston Removals under the 20D0021 contract. There is a reference to ongoing construction at Camp Shelby, MS, reflecting proactive measures in hazardous waste management infrastructure. The communication with specialists such as Rhonda Williams and Gary Kramer underscores the importance of coordination within the environmental protection framework for hazardous materials. Overall, the document reflects meticulous organization and a commitment to environmental safety across federal and state agencies in managing hazardous waste.
    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.
    The document details a series of government Requests for Proposals (RFPs) and grants across federal, state, and local levels, spanning from August 2023 to November 2024. Each entry includes a unique identifier (DTID), receipt date, status, and expected award dates. Numerous submissions are categorized under various codes (e.g., FH6271, FH4690), indicating different project types. A significant number of proposals are marked as "Closed," implying completed processes, while others are flagged as "Awaiting Payment Authorization" or "Authorized for Payment." The structured data illustrates the timeline and handling stages for these proposals, indicating active management and compliance with government procurement protocols. This overview not only reflects ongoing funding activities and transaction statuses but also highlights the procedural intricacies involved in public sector contracting, essential for stakeholders engaging with government agencies. Each entry serves as documentation for fiscal transparency and accountability in government operations. Thus, the file provides valuable insights for analysts monitoring government expenditure and proposal commitments across multiple sectors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    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.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    Turkey Electronic Hazardous Waste
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal, transportation, and disposal of electronic hazardous waste generated at the Incirlik Air Base in Turkey. This procurement involves the environmentally responsible disposal of approximately 13,600 KG of electronic waste, including computers and smartphones, with strict adherence to Turkish, EU, and international environmental regulations. The contract will be a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement lasting 30 months, starting from January 1, 2026, and proposals are due by the specified deadline, with all inquiries directed to Annette Graham at Annette.Graham@dla.mil.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    Notice of Intent- JBSA MSWM Refuse
    Dept Of Defense
    The Department of Defense, through the 502d Contracting Squadron, intends to issue a sole-source contract for Municipal Solid Waste Management Services at Joint Base San Antonio (JBSA) installations, specifically to Perry Management Corporation of South Dakota LLC. The contract will encompass the provision of personnel, equipment, and services necessary for base-wide municipal solid waste collection and disposal, including asbestos disposal at JBSA Lackland, and will cover additional locations such as Randolph, Fort Sam Houston, Camp Bullis, Canyon Lake military recreational areas, and Seguin Airfield, all in compliance with applicable laws and regulations. The anticipated period of performance for this contract is from February 1, 2026, to March 31, 2026, with interested parties encouraged to submit their capabilities by December 22, 2026, to assess the feasibility of competitive procurement. For inquiries, contact Norena Phillips at norena.phillips@us.af.mil.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.