N4008424R0054/ HAZARD WASTE DISPOSAL SUPPORT CONTRACT AT U.S. MARINE CORPS BASE, CAMP KINSER FOR U.S. COMMANDER FLEET ACTIVITIES OKINAWA (CFAO), JAPAN
ID: N4008424R0054Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM FAR EASTFPO, AP, 96349-0013, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking proposals for a Hazard Waste Disposal Support Contract at the U.S. Marine Corps Base, Camp Kinser, Okinawa, Japan. The contract requires qualified contractors to provide comprehensive hazardous waste management services, including collection, transportation, documentation, and management of hazardous waste storage areas, in compliance with Japan Environmental Governing Standards. This procurement is critical for ensuring safe and compliant disposal of hazardous materials, thereby supporting the operational integrity of military activities in the region. Interested contractors must submit their proposals by February 28, 2025, at 14:00 PM JST, and can direct inquiries to Luz Baron at luz.m.baron.civ@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.

    Files
    Title
    Posted
    This government document pertains to Amendment 0001 for solicitation N40084-24-R-0054 regarding a Hazard Waste Disposal Support Contract at U.S. Marine Corps Base Camp Kinser, Okinawa, Japan. The amendment outlines revisions to the Performance Work Statement (PWS) and specifies adjustments responding to previously raised inquiries. Key changes include updated documentation for hazardous waste accumulation and storage areas, modifications to the operational area descriptions for waste pickups, and clarifications on contractor responsibilities regarding hazardous waste management across multiple Department of Defense installations. The proposal deadline remains unchanged, while all other terms and conditions listed previously will continue to apply. The amendment emphasizes the importance of timely acknowledgment of its receipt by contractors to avoid rejection of proposals, highlighting compliance with the solicitation requirements. This summary encapsulates the amendment's significance in refining contract specifications for effective hazardous waste management aligned with federal and local regulations.
    This document is an amendment to the solicitation N40084-24-R-0054 for a Hazard Waste Disposal Support Contract at U.S. Marine Corps Base, Camp Kinser, for the U.S. Commander Fleet Activities Okinawa, Japan. The amendment outlines specific requirements regarding the acknowledgment of the amendment by contractors, stating that failure to acknowledge might lead to the rejection of their offers. Key changes include the relocation of financial statement requirements to the "Pre Award Survey" section, now requiring prime contractors to submit three years of certified financial statements and evidence of operating capital. Additionally, for Joint Venture (JV) arrangements, financial responsibilities must be outlined, and relevant financial statements from all JV partners must be provided if the JV has operated for less than three years. Importantly, the proposal deadline remains unchanged. Overall, this amendment seeks to clarify financial requirements while maintaining all other terms and conditions in alignment with the original solicitation.
    This document announces Amendment 0003 for the solicitation N40084-24-R-0054 pertaining to the Hazard Waste Disposal Support Contract at U.S. Marine Corps Base, Camp Kinser, for U.S. Commander Fleet Activities Okinawa (CFAO), Japan. The amendment outlines several key updates, including the replacement of the previous Performance Work Statement (PWS) with a revised version and an extension of the proposal submission deadline from February 12, 2025, to February 28, 2025, at 14:00 PM JST. The amendment emphasizes that all other terms and conditions remain unchanged. Bidders must acknowledge receipt of this amendment to ensure their offers are valid and considered, specifying different methods of acknowledgment. This amendment provides necessary adjustments in response to evolving requirements of the solicitation process, maintaining the integrity and timelines of contract proposals within the federal contracting framework.
    The document outlines the cost estimate for the Hazwaste Disposal Support Contract at COMFLEACT Okinawa. It presents a breakdown of labor costs, transportation expenses, and supplies required for the project, highlighting different sections such as labor, transportation, and equipment supplies. Although specific cost figures are omitted, the structure includes categories and subtotal sections for better organization. The project involves various personnel roles, including HWSA Manager, Site Supervisor, and Safety Officer, which are critical for effective execution. Sections detail the estimated quantities and types of equipment, including trucks and spill response supplies, necessary for the proper disposal of hazardous waste. Notably, the contract specifies a zero percent profit rate on the project's total cost. This document serves a crucial purpose within government RFPs and grants by providing transparency in estimated expenses related to hazardous waste management, demonstrating accountability and structured planning required by federal contracts. Overall, it emphasizes the importance of safety, compliance, and thorough preparation required for hazardous waste operations.
    The document contains logistical details regarding pickup locations related to infrastructure and recreational facilities at various sites in the East China Sea, particularly focusing on Kinser. It highlights specific building locations, including recreational facilities such as swimming pools and roads, and includes a mapping component to visually represent these sites. There is an emphasis on the importance of data integrity concerning the environmental geographical information presented, specifying that requests for data must include conditions relevant to the data collected. This document is pertinent for stakeholders involved in federal and local grants and RFPs, as it underscores the importance of precise location mapping and adherence to data accuracy standards, crucial for effective project implementation in these sectors.
    The document outlines various representations and certifications clauses required for federal contracts, specifically emphasizing compliance with laws and executive orders related to acquisitions of commercial products and services. It includes a comprehensive list of clauses, such as provisions related to gratuities, personal identity verification, safeguarding contractor information systems, combating trafficking, equal opportunity, and antiterrorism measures. It stipulates that contractors must understand and implement relevant security controls and maintain compliance with applicable legal frameworks, especially concerning prohibited businesses and taxation on foreign procurements. The clauses also address unique item identification requirements for delivered items, preference for domestic commodities, and restrictions on procuring from regions associated with forced labor. The document is structured to provide a clear guideline for contractors regarding their obligations when engaging in federal contracting. It serves as an important reference for ensuring that contractors adhere to federal standards while fostering ethical practices and transparency in government procurement processes.
    The document pertains to the Request for Proposal (RFP) N40084-24-R-0054 for a Hazard Waste Disposal Support Contract at the U.S. Marine Corps Base, Camp Kinser, Okinawa, Japan, serving the U.S. Commander Fleet Activities Okinawa (CFAO). It outlines a structured question-and-answer format where potential vendors can submit inquiries related to the RFP. The primary purpose of the document is to facilitate communication between the government and interested contractors, ensuring clarity on project requirements and expectations. Key components include references to applicable documents and sections, emphasizing the importance of adhering to specified guidelines in bid submissions. The structure indicates that responses will be provided by the government to the queries raised, promoting transparency in the procurement process. Overall, this document is a fundamental step in the contracting process, aimed at securing services for effective hazardous waste management in compliance with regulatory standards.
    The SITE VISIT REQUEST FORM pertains to a federal government procurement related to the Hazard Waste Disposal Support Contract, identified by Solicitation No: N40084-24-R-0054. The purpose of this document is to collect essential information from visitors wishing to participate in a site visit for this contract. Required details include the visitor’s company name, phone number, email address, citizenship, and permanent address. Additionally, individuals without a pass must provide their driver's license or passport number. The form indicates whether an escort is needed for the visit. Overall, this form plays a critical role in ensuring security and compliance during the site visit process associated with federal RFPs. It facilitates organized access to sensitive areas while gathering necessary visitor information to adhere to federal contracting protocols.
    The NAVFAC/USACE Past Performance Questionnaire is a document designed to collect performance evaluations of contractors involved in federal projects. It consists of two main sections: contractor information, which requires details on the contractor’s work, contract specifics, and project relevance; and client information, where clients assess the contractor's performance in various areas such as quality, schedule adherence, customer satisfaction, management, cost control, safety, and compliance with contractual terms. Each performance area is rated using a scale from Exceptional to Unsatisfactory, allowing clients to express their level of satisfaction and provide additional remarks. The completed questionnaire is then submitted by the client to NAVFAC alongside the contractor's proposal. This process aims to help assess the contractor’s past performance and risk for potential government contracts, ultimately ensuring accountability and quality in federal contracting processes. The document also emphasizes the confidentiality of evaluations and the government's right to verify information provided.
    Form W-14, issued by the Department of the Treasury's Internal Revenue Service, is a certificate for foreign contracting parties receiving federal procurement payments. Its primary purpose is to facilitate compliance with tax regulations under section 5000C for foreign entities involved in U.S. government contracts. The form requires essential information about the foreign party, including identification details, contract references, and the acquiring agency's information. Specific sections address tax exemptions based on international agreements or procurement protocols, allowing foreign contractors to declare exempt amounts and elaborate on the basis for exemption claims. The document also includes a certification statement where the signatory confirms the truthfulness of the provided information and acknowledges potential tax obligations. In essence, Form W-14 streamlines the tax reporting process for foreign contractors while ensuring adherence to U.S. procurement and taxation laws, thus supporting federal procurement operations effectively.
    The Experience Project Data Sheet is a key component of government solicitations for RFPs and grants, specifically focusing on contractor qualifications. It requests detailed information from offerors about their past project experience, including the entity's role (e.g., prime contractor or joint venture member), contract numbers, award and completion dates, and financial performance over the contract period. The form encourages a breakdown of the work performed and subcontracted, the type of contract used, and a description of the project's relevance to the solicitation requirements. Additionally, it seeks insights into the nature of the work self-performed by the entity submitting the information. This structured format aids government evaluators in assessing the qualifications and past performance of potential contractors, thereby ensuring adherence to required standards and alignment with project goals. The comprehensive nature of the data required highlights the emphasis on accountability and transparency in public sector contracting processes.
    The Safety Narrative form is part of the RFP N4008422R0051, requiring offerors to present safety performance data and strategies for managing safety in federal contracts. Offerors must report labor hours and safety incidents, including fatalities, lost workdays, and non-lost workdays over five years, providing explanations for any fatalities, including root causes and corrective measures. The document outlines the necessity for a comprehensive Safety Management System (SMS), detailing involvement from management and employees, hazard prevention and control measures, worksite analysis, and training protocols. Additionally, offerors are tasked with explaining their process for evaluating subcontractor safety performance and detailing plans to ensure compliance with safety requirements for themselves and subcontractors. The aim of this document is to promote rigorous safety standards and accountability within federal contracting, ensuring safe and compliant work environments.
    The document is a Request for Proposal (RFP) titled N4008424R0054 for hazardous waste disposal support services at U.S. Marine Corps Base, Camp Kinser, Okinawa, Japan. It outlines the government's need for contractors to provide hazardous waste collection, transportation, documentation, and management of hazardous waste storage areas. The RFP emphasizes compliance with Japan Environmental Governing Standards and requires contractors to furnish labor, materials, equipment, and incidentals for service delivery. The proposal includes a site visit for interested contractors, adherence to System for Award Management (SAM) registration, and the necessity to submit proposals in U.S. dollars. The evaluation criteria include experience, safety measures, and past performance, with a low-price technically acceptable approach for contract award. Overall, the RFP is structured to ensure fair competition among contractors and emphasizes the importance of safety procedures and financial capabilities in meeting the contract requirements. It serves as a comprehensive guide for potential bidders on the necessary qualifications, submission processes, and evaluation criteria, aligning with federal government contracting standards.
    The Department of the Navy's Naval Facilities Engineering Systems Command Far East has issued Notice No. 0001 on February 4, 2025, regarding RFP N40084-24-R-0054 for a Hazard Waste Disposal Support Contract at U.S. Marine Corps Base, Camp Kinser, Okinawa, Japan. This notice serves as informational only, providing responses to Pre-Proposal Inquiries (PPI) submitted in relation to the RFP. The document emphasizes that the RFP remains unchanged unless formally amended through a designated process. Attached to the notice is a document containing the Government's responses to the PPI, aimed at clarifying any concerns or questions raised by potential bidders. This initiative underscores the government's commitment to ensuring transparency and clarity throughout the proposal process for hazardous waste management services at the military base.
    This document pertains to the Request for Proposals (RFP) N4008424R0054, associated with the U.S.-Japan Status of Forces Agreement, specifically for hazardous waste disposal support at Camp Kinser for the U.S. Commander Fleet Activities Okinawa (CFAO) in Japan. It consists of a compilation of questions from potential contractors and government responses aimed at clarifying various aspects of the RFP and its pricing schedule. Key points include eligibility for non-U.S. citizens to bid, clarification on contractor SOFA status, guidance on pricing and required quantities, as well as the government’s provisions of facilities and equipment. The responses confirm that quantities in the pricing schedule are illustrative and offerors can propose their own. The document also asserts the exclusive submission method through the DoD Solicitation Module, emphasizing the importance of electronic proposals. Overall, this Q&A format enhances transparency and ensures eligible bidders understand the requirements and processes involved in the proposal submission for this contract.
    The document outlines a series of questions and responses related to the Request for Proposal (RFP) N4008424R0054 for hazardous waste disposal support at U.S. Marine Corps Base Camp Kinser in Japan. It addresses eligibility for service providers, specifically clarifying that non-U.S. citizens may participate, and details about the Status of Forces Agreement (SOFA) applicability for contractors and their employees. The pricing schedule is discussed, noting that quantities listed are illustrative and offerors can propose their own as deemed necessary. Furthermore, the document seeks to clarify the number of hazardous waste storage facilities and government-furnished equipment's specifics, stating future amendments will provide further details. It also explains the requirements for evidence of financial capability and business licenses, indicating flexibility with regulations for joint venture partners. Other logistics, such as submission format and possible electronic limitations, are affirmed, with electronic submission mandated through the DoD Solicitation Module. Overall, this document serves as an essential guide for contractors preparing proposals in response to the federal RFP, ensuring clarity on critical aspects of the submission and contractual obligations.
    The Department of the Navy's Naval Facilities Engineering Systems Command Far East has issued notice number 0002 on February 6, 2025, pertaining to Request for Proposals (RFP) N40084-24-R-0054. This RFP seeks hazard waste disposal support services at the U.S. Marine Corps Base in Camp Kinser, Okinawa, Japan, under the jurisdiction of the Commander Fleet Activities Okinawa (CFAO). The notice serves as an informational update to applicants, detailing the government's responses to Pre-Proposal Inquiries (PPI) that have been received. Notably, the RFP remains unchanged unless a formal amendment is issued in writing, specifically on a Standard Form 30. An attached document—referred to as Enclosure (1)—includes responses to the timely queries posed by potential bidders. This communication underscores the government's commitment to transparency and clarity in the procurement process while allowing vendors to prepare adequately for the RFP submission.
    Similar Opportunities
    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.
    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.
    Bulk Non-Potable Water Delivery and Gray Water Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for bulk non-potable water delivery and gray water removal services at Camp Hansen, Okinawa, Japan, as part of the exercise Iron Fist 25 scheduled from February 27 to March 8, 2025. The procurement requires contractors to manage the daily delivery of 4,000 gallons of non-potable water and the removal of up to 2,300 gallons of gray water, ensuring compliance with environmental regulations and coordination with military personnel. This service is critical for maintaining essential health and support operations during military exercises, reflecting the government's logistics and support mission. Interested contractors must submit their quotations via email and are required to register in the System for Award Management (SAM) to be eligible for contract award, with the solicitation number M29000-25-Q-3003 and further inquiries directed to Christopher Echavarria at chris.echavarria@usmc.mil.
    N4008425R0051 REGIONAL OIL & HAZARDOUS SUBSTANCES SPILL RESPONSE SERVICES FOR NAVFAC FAR EAST, JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Far East (NAVFAC FE), is seeking qualified contractors to provide oil and hazardous substances spill response services across various military locations in Japan. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a focus on immediate response capabilities, self-performance of cleanup efforts, and handling a range of hazardous materials, including petroleum, oils, lubricants (POLs), and PFOS/PFOA compounds. This initiative is critical for ensuring environmental safety and compliance with regulatory standards, as it supports military operations and protects local ecosystems. Interested vendors must respond with their qualifications, including relevant experience and registration with the System for Award Management (SAM), by March 13, 2025. For further inquiries, potential respondents can contact Amanda Jo at amanda.jo.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Corrosion Prevention and Control
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is preparing to solicit proposals for corrosion prevention and control services at Camp Kinser, Okinawa, Japan. This procurement aims to provide field-level maintenance support, including inspection, body repair, surface preparation, and coating application, essential for maintaining the operational readiness of military vehicles. The contract will be a firm fixed-price arrangement, expected to span five years with an initial eight-month base period followed by four one-year extensions, and will be open for full competition. Interested vendors must submit a Small Business Participation Plan and be registered in the System for Award Management, with the solicitation anticipated to be released by April 2025. For further inquiries, potential offerors can contact Kimberly A. Stone at kimberly.a.stone@usmc.mil or Deshawn Gaines at deshawn.gaines@usmc.mil.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East Area of Responsibility. The procurement aims to ensure compliance with federal environmental regulations and standards, emphasizing the importance of environmental safety and operational integrity at military installations. Interested contractors should be prepared to provide detailed proposals that demonstrate their relevant experience and capabilities, with the proposal submission deadline extended to February 27, 2025, at 2:30 PM Japan Standard Time. For further inquiries, potential offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    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.
    99--Oil Water Separator Maintenance and Used Oil Collection and Disposal Marine Corps Installations Okinawa, Japan
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking potential contractors for market research purposes and to determine if commercial sources are available for Oil Water Separator Maintenance and Used Oil Collection and Disposal at Marine Corps Installations Okinawa, Japan. The contractor will provide services such as service orders, repair/restoration, inspection, testing and certification, and preventative maintenance for Oil Water Separator Systems at various locations in Okinawa, Japan. The anticipated contract duration is one base year with the possibility of four 1-year option periods. Interested firms capable of providing the requested services should submit a brief capabilities statement package by 28 September 2018.
    Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at U.S. MCAS Iwakuni, Japan
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM FAR EAST, is soliciting proposals for Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at the U.S. Marine Corps Air Station in Iwakuni, Japan. The procurement aims to secure a contractor capable of providing both recurring and non-recurring maintenance tasks, ensuring compliance with federal standards and enhancing operational efficiency and safety in cleaning protocols for the facility. This contract is critical for maintaining the operational integrity of military training environments, with the base period running from April 2025 to March 2026 and options extending through March 2030. Proposals are due by 11:00 AM local time on March 10, 2025, and interested contractors should contact Janofsky Herrion at janofsky.herrion@usmc.mil or Martin Hansen at martin.hansen@usmc.mil for further information.
    PENDLETON HAZARDOUS WASTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Service, is seeking sources for hazardous waste management services at Camp Pendleton, California. The procurement involves the removal and disposal of various hazardous and non-hazardous waste types, adhering to federal and state regulations, with a focus on compliance with the Resource Conservation and Recovery Act (RCRA). This opportunity is critical for ensuring safe and environmentally responsible handling of hazardous materials, including specific requirements for waste evaluation, sampling, and timely reporting, particularly for substances like PFAS. Interested parties can contact James Mayotte at james.mayotte@dla.mil or 269-961-4450 for further details regarding this Sources Sought notice.