25R05_San Joaquin Hazardous Waste Removal and Disposal
ID: SP450025R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Waste Treatment and Disposal (5622)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the removal and disposal of hazardous waste in the San Joaquin region of California. The contract encompasses the management of various waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, and other regulated materials from military installations within a specified area. This procurement is critical for ensuring compliance with environmental regulations and maintaining operational safety at military facilities. Proposals are due by January 23, 2025, with inquiries directed to Denna Crandall at Denna.Crandall@dla.mil or Kayla DesVoignes at kayla.desvoignes@dla.mil.

    Files
    Title
    Posted
    The document outlines a Price Schedule for a procurement proposal related to hazardous waste management services in San Joaquin. It specifies various tasks involved under different categories, such as preparing waste profile sheets, lab packing of chemicals, industrial cleaning services, and the evaluation of compressed gas cylinders. Each task is itemized with estimated quantities, unit measures (EA), and prices, which in this document consistently show a base price of $0.00. The schedule covers both base and option periods, indicating that services will be rendered on a defined timeline. It details specific management tasks required, such as waste documentation, labeling, and the transportation of ozone-depleting substances. The document underlines the need for compliance with environmental regulations, emphasizing safe disposal and handling methods. This document serves as a component of a broader governmental Request for Proposals (RFP), highlighting an emphasis on efficiency, regulatory adherence, and environmental safety in hazardous waste management practices.
    The Contractor Work Surveillance Checklist outlines the verification process for the placement or removal of empty rented Rolloff Boxes (ROB) or Vacuum Boxes by contractors. It serves as a monitoring tool to ensure compliance with government standards during waste management tasks. Key areas of surveillance include the contractor's punctuality, adequacy of equipment, provision of a weight ticket, inspection of the container by a designated government representative, and the overall functionality and safety of the equipment while in use. The checklist prompts representatives to document any defects or damages found upon delivery and ensures that the equipment operates efficiently without work delays. The structured format facilitates methodical evaluation and record-keeping, reinforcing the government’s commitment to maintaining operational standards and safety in waste management services. Ultimately, this checklist supports compliance with federal and state regulations within the context of government contract agreements and RFP processes.
    The document presents a summary of various hazardous waste management activities undertaken by the federal government between April and May 2020, as part of compliance with environmental regulations. It details multiple hazardous waste submissions, identified by their unique identifiers (HINs), including descriptions of the wastes handled, their quantities, and specific handling requirements. Key items include spent batteries, lithium batteries, universal waste lamps, and other hazardous materials, with a notable emphasis on environmental compliance regarding storage and treatment of these substances. The entries indicate various waste classifications, including RCRA non-hazardous and hazardous wastes, specifying pertinent regulations for each type. The report reflects the government's ongoing commitment to effective hazardous waste management, ensuring safety and environmental protection standards are met. The structured documentation showcases receipt dates, turn-in types, and materials requested, representing the government's organized approach to tackling hazardous waste issues as part of its broader environmental management program, crucial for safeguarding public health and the ecosystem.
    This document outlines a detailed inventory of various hazardous items and materials, specified by Hazardous Item Numbers (HINs) and quantities, aimed at facilitating government procurement processes relevant to federal RFPs and grants. It provides quantities for each item categorized under different headings, such as equipment, chemicals, and materials, with various units including EA (each), LB (pound), and GL (gallon), indicating substantial volumes of items like 378,060 LB of BA01C7 or 510,852 GL under FL05B5. The compilation serves as a critical resource for contract officers and stakeholders to assess the availability of hazardous items needed for various federal and state projects. Each line item helps streamline the procurement process by clarifying the specific needs and ensuring compliance with safety regulations. The document reflects governmental efforts to maintain transparency and efficiency in addressing hazardous materials management, underscoring the commitment to safety and regulatory adherence in government contracting and grant allocations.
    The document outlines the Performance Work Statement (PWS) for the San Joaquin Regional Hazardous Waste Disposal Contract. Its primary purpose is to establish criteria for the removal, transportation, disposal, and recycling of various hazardous wastes, in compliance with RCRA regulations, from military installations within specified locations. The processing stages are delineated into three phases: Pre-Removal, Removal, and Post-Removal, addressing critical aspects such as CLIN selection criteria, spill responsibilities, waste segregation, and equipment management. Key highlights include protocols for waste identification, the necessity of compliance with federal and state regulations, and documentation requirements for hazardous waste management. Contractors are required to ensure proper packaging, labeling, and adhere to security measures for conveyance vehicles. Furthermore, the document emphasizes the importance of timely updates on task order adjustments and communication with government representatives. The standard removal timeframes for wastes are established, reinforcing the expectations for contractor performance. Ultimately, the PWS serves to guide contractors in effectively managing hazardous waste removal services while ensuring safety, regulatory compliance, and operational efficiency under government oversight.
    This document outlines additional contract terms and conditions for a government acquisition, including various clauses and provisions relevant to federal solicitations. It specifies Federal Acquisition Regulation (FAR) clauses that govern contractor conduct, such as prohibitions on certain contracts, requirements for reporting, and regulations aimed at protecting small business interests. Key clauses address contractor ethics, maintaining a secure environment, and labor standards. Moreover, it includes Defense Federal Acquisition Regulation Supplement (DFARS) and Defense Logistics Acquisition Directive (DLAD) provisions, which emphasize aspects related to national security and the specific obligations of contractors in defense contexts. Key contacts for further inquiries are provided. The purpose of the document is to establish clear contractual obligations and regulatory compliance for contractors responding to the RFP, ensuring a fair and transparent procurement process while safeguarding government interests, particularly in terms of ethics and security.
    The document outlines the submission guidelines for proposals related to the DLA Disposition Services Hazardous Waste Disposal solicitations. Offerors must submit their proposals electronically via email in specified formats, with strict adherence to submission protocols, including formatting, file size limitations, and virus protection. Proposals should consist of three distinct volumes: Volume I contains certifications and pricing, Volume II focuses on past performance information, and Volume III is dedicated to Small Business Participation Plans. Specific details on the required contents of each volume are provided, emphasizing compliance with submission requirements. Offerors must also follow guidelines regarding pricing structure, past performance references, and small business commitments. A clear structure is established for evaluating submissions based on provided past performance and small business subcontracting plans, ensuring the proposals align with government standards. This document serves to ensure orderly and secure processing of bids while promoting participation from small businesses in government contracts.
    The document outlines the evaluation process for government contract proposals, focusing on the best value source selection method. It emphasizes a trade-off between non-price factors—past performance, small business participation—and price. Past performance is deemed more important than small business participation, but collectively, these non-price factors outweigh the price. The evaluation criteria include assessing past performance through submitted proposals and external sources, with an adjectival rating system to determine reliability. Small business participation plans are evaluated based on subcontracting commitments and outreach efforts, while all offerors must comply with subcontracting plan regulations. Moreover, the document states that the government may prioritize competitive pricing during the proposal review. Only the most competitive bids will undergo detailed evaluations of non-price factors, potentially streamlining the proposal assessment process. Overall, this document serves as a guide to prospective offerors regarding the criteria and methods for evaluating contract proposals in a government context.
    The document lists various military and federal facility locations in California, along with their corresponding EPA IDs and other identifiers. Facilities include the Navy Operational Support Center, various Army installations, Air Force bases, and other military support centers throughout the state, highlighting their specific addresses and points of contact. This comprehensive compilation signifies a broader inventory associated with the environmental management and potential federal solicitations for cleaning, maintenance, or operational contracts. Additionally, some facilities fall under the Base Realignment and Closure (BRAC) program, indicating focus areas for transition and support within the military community. The document serves as a reference for agencies and contractors interested in engaging with these sites, likely relevant for proposals or grants pertaining to federal and state initiatives. It underscores the government's efforts in managing military facilities alongside environmental compliance and operational effectiveness.
    The document is a Past Performance Information (PPI) Questionnaire for an offeror involved in a DLA Disposition Services solicitation to provide hazardous waste removal, transportation, and disposal services. It is structured into multiple sections, requiring the offeror to provide basic information about their firm and specify a reference for prior work. Key sections include a request for the reference to assess the offeror’s performance using a defined adjectival rating scale ranging from "Exceptional" to "Unsatisfactory." The questionnaire covers multiple performance aspects including quality of service, adherence to schedules, management interactions, regulatory compliance, and additional comments. The primary purpose is to collect critical performance evaluations from references to support the offeror's proposal. This information will aid the government in determining the offeror's qualifications and reliability, ensuring adherence to regulations and effective service delivery in hazardous waste management. The document emphasizes the importance of accurate and timely feedback from references while highlighting the confidentiality and sensitivity of the provided information under federal regulations.
    The document provides updated wage determinations under the Service Contract Act by the U.S. Department of Labor. It specifies that contracts entered into or renewed after January 30, 2022, must pay workers a minimum wage of $17.20 per hour based on Executive Order 14026, while pre-2022 contracts are subject to a lower minimum wage of $12.90 under Executive Order 13658. The current wage rates for various occupations are delineated by region, with specific rates for roles such as Heavy Equipment Operators and Laborers across the Midwest, Northeast, South, and West regions. Additionally, the document outlines benefits such as paid sick leave, health and welfare provisions, vacation, and uniform allowances. It emphasizes the need for contractors to adhere to these wage requirements and provide necessary benefits to workers engaged in federal contracts. The process for requesting additional classifications and wage rates is also detailed, including the steps for contractors to obtain necessary approvals. Overall, the document reinforces the government's commitment to ensuring fair wages and protections for workers under federal contracts.
    The Contractor Work Surveillance Checklist outlines the requirements for monitoring industrial cleaning services under specific contract line item numbers (CLINs) for the federal government. It necessitates the presence of a designated government representative to oversee scheduled work, ensuring that the contractor's crew arrives on time with the necessary equipment and appropriate personal protective equipment (PPE). Key equipment includes a standard vacuum truck, a power washing unit, and additional tools, all of which must be in proper working condition to prevent delays. The checklist emphasizes safety and compliance by mandating inspections of the vacuum truck, its cleanliness, and proper weight documentation for waste removal. Work performance must meet the satisfaction of the designated government representative, highlighting the importance of accountability and adherence to regulations during service execution. Overall, this document serves to establish clear guidelines for contractors and ensure effective oversight in federal and state-funded cleaning operations.
    The government file discusses key provisions related to Federal contracts and grants, emphasizing the offeror’s responsibility disclosures and tax obligations. It includes requirements under FAR 52.209-7, which mandates that offerors declare whether they have ongoing Federal contracts exceeding $10 million, and outlines terms regarding any legal proceedings impacting their integrity. If applicable, the offeror must ensure data in the Federal Awardee Performance and Integrity Information System (FAPIIS) is accurate. Additionally, it covers the tax implications referenced in FAR 52.229-11 concerning payments to foreign entities, stipulating a 2% tax on certain procurement payments made to foreign persons unless exempted. The offeror must confirm their status as a foreign or U.S. person and, if foreign, submit IRS Form W-14 to claim any exemptions. This document is crucial in the context of government Requests for Proposals (RFPs) and grants, guiding compliance and transparency in federal procurement processes. The structure is clearly divided into clauses detailing definitions, responsibilities, and tax implications, aiming to ensure a thorough understanding of regulatory requirements for potential contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Southeast Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.
    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.
    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.
    Scrap Disposal - Guam
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for a contract focused on scrap disposal operations in Guam. The selected contractor will be responsible for providing comprehensive services including scrap removal, demilitarization, mutilation, de-manufacturing, disposal, and recycling of various materials, ensuring compliance with environmental regulations and safety standards. This contract is particularly significant as it supports military installations in the Santa Rita region and may involve additional pickup locations as designated by the contracting officer. Proposals are due by 3:00 PM EST on January 15, 2026, and interested parties should direct their submissions and inquiries to Bradley Moehlig and Michael Mamaty via email.
    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.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting bids for the cleanup of the Harrisburg site in Pennsylvania, focusing on debris removal and mutilation services. The contractor will be responsible for the systematic removal, shredding, and disposal of scrap metal and other debris, with the goal of restoring the site to its original condition within three months of contract award. This project is critical for ensuring compliance with environmental regulations and proper disposal of materials, with all work to be conducted within a 50-mile radius of the DLA Susquehanna site. Interested small businesses must submit their quotes by 1:00 p.m. EST on the specified deadline, and can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further information.
    Trash Disposal Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    S222--Waste Removal Services Battle Creek
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Waste Removal Services at the Battle Creek VA Medical Center. This procurement aims to establish a firm fixed-price contract for general waste removal and recycling services, covering various trash and recycling needs across multiple buildings on the campus. The contract will span a base year from January 1, 2026, to December 31, 2026, with two optional years for 2027 and 2028, and is critical for maintaining a clean and safe environment for veterans and staff. Interested offerors must submit their proposals by December 23, 2025, at 9:00 AM EST, and direct any questions to Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.