Corpus Christi Regional HW Removal
ID: SP450025R0012Type: 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
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal, transportation, and disposal of various hazardous wastes in the Corpus Christi, Texas region. The contractor will be responsible for managing a range of hazardous materials, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, and other regulated substances from military installations within a 50-mile radius. This procurement is critical for ensuring compliance with environmental regulations and maintaining safety standards in waste management practices. Proposals are due by 3:00 PM EST on May 5, 2025, and interested parties should submit their offers via email to Erik Rundquist at erik.rundquist@dla.mil and Hazardouscontracts@dla.mil.

Files
Title
Posted
Apr 16, 2025, 3:08 PM UTC
This document outlines the additional contract terms and conditions related to a federal solicitation, incorporating numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference. Key clauses detail prerequisites for contractor compliance, including requirements about payment structures, contractor identity verification, safeguarding information systems, and reporting obligations. It specifies provisions that address subcontracts with small businesses, veterans' employment rights, labor standards, and prohibitions on certain foreign purchases and telecommunications equipment. The document emphasizes the importance of compliance with regulatory provisions, such as the Buy American Act and restrictions on dealings with specific international entities. It presents specific limits regarding contract ordering processes and outlines extensive government rights concerning the management of contracts over time, including options for extending services and terms. The primary aim is to ensure contractors are fully aware of their responsibilities and the legal framework guiding federal procurement to streamline operations and uphold government standards.
Apr 16, 2025, 3:08 PM UTC
The document outlines the submission requirements and evaluation criteria for proposals in response to solicitation SP450025R0012 from DLA Disposition Services for hazardous waste disposal services. Offers must be submitted electronically via email, adhering to specified formats and file size limits. Proposals should be divided into three volumes: Volume I (Proposal Certifications and Price Schedule), Volume II (Past Performance Information), and Volume III (Small Business Participation and Subcontracting Plans). The evaluation will consider past performance, small business participation, and price, with past performance weighted more heavily. Offerors must provide details about previous contracts, including references, and describe their commitment to small business utilization. The document emphasizes the importance of ensuring submissions are virus-free and submitted promptly, pointing out potential penalties for non-compliance. A site visit can be arranged for potential bidders, but informal remarks during such visits do not alter solicitation terms. Overall, the notice seeks to ensure a competitive evaluation process that prioritizes quality services and encourages small business involvement in government contracts.
Apr 16, 2025, 3:08 PM UTC
This document serves as a Federal Acquisition Regulation (FAR) provision concerning federal contracts and grants, specifically focusing on contractor responsibility and applicable tax regulations for foreign procurement payments. It outlines definitions crucial to understanding the responsibilities of offerors, namely "administrative proceeding," "principal," and the thresholds for federal contracts exceeding $10,000,000. Offerors must disclose any relevant legal proceedings against them or their principals within the last five years related to federal contracts, ensuring transparency about their integrity and performance history via the Federal Awardee Performance and Integrity Information System (FAPIIS). Moreover, it addresses the taxation implications for foreign recipients of federal procurement payments, enforcing a 2% tax unless exempts are claimed using IRS Form W-14. It stipulates that offerors identifying as foreign must submit this form with their offers to avail exemptions; failure to do so results in mandatory withholding. The provision underscores the importance of compliance with federal tax regulations while promoting responsible contracting practices in government procurements.
Apr 16, 2025, 3:08 PM UTC
The Corpus Christi Regional Hazardous Waste Disposal Contract outlines responsibilities for the removal, transportation, and disposal of various hazardous wastes from military installations. The document details the operational phases, including pre-removal, actual removal, and post-removal processes, ensuring compliance with RCRA regulations and other pertinent laws. Key aspects include the selection criteria for Contract Line-Item Numbers (CLINs), security measures for waste transport, necessary permits, and documentation requirements. Contractors must ensure proper waste segregation, packaging, labeling, and adherence to federal and state regulations. They are also required to maintain spill response capabilities and report any incidents promptly. The contract establishes a performance timeline for waste removal, emphasizing the need for qualified personnel and equipment while addressing potential delays and contractor responsibilities. Additionally, it mandates adherence to ongoing safety training for all personnel involved in waste handling. Overall, this contract emphasizes environmental responsibility, safety protocols, and regulatory compliance, marking its significance within government waste management initiatives, reflecting best practices in public contract administration.
Apr 16, 2025, 3:08 PM UTC
The document outlines the requirements for a contractor to conduct pickup operations at various military and Coast Guard facilities located primarily in and around Corpus Christi, Texas. It specifies several locations, including Naval Air Stations and Coast Guard facilities, detailing their physical addresses, EPA identification numbers, and contacts for each site. The contractor will be responsible for managing waste materials from these sites, which are categorized under different environmental protection regulations. The list includes important points of contact (POC) for coordination, indicating specific personnel at each facility responsible for overseeing pickups. Overall, this document serves as a directive for contractors involved in environmental waste management, particularly concerning the military’s disposal services, ensuring compliance with federal and state environmental regulations.
Apr 16, 2025, 3:08 PM UTC
The document outlines the Past Performance Information (PPI) Questionnaire associated with the federal solicitation SP450025R0012, which requests services for hazardous waste removal, transportation, and disposal at Corpus Christi, TX. The offeror is required to submit references to evaluate their previous performance, providing details such as contract specifics, compliance, risks, and overall service quality. The questionnaire consists of two main sections: one for the offeror to complete and one for their references. The reference section utilizes a performance rating scale to assess the quality across various factors including product/service quality, schedule adherence, management effectiveness, and regulatory compliance. Each performance area has detailed criteria, enabling a nuanced evaluation of the offeror's past performance. Additional comments on the contractor’s recommendation for future work are also solicited. This structured feedback is vital for the Government in its source selection process, ensuring that only qualified contractors are considered for the project based on historical data and performance metrics.
The Contractor Work Surveillance Checklist outlines the requirements for monitoring the placement or removal of Empty Rented Rolloff Boxes (ROB) or Vacuum Boxes in government contracts. It details essential actions and observations to be documented during the process, including the timely arrival of the truck driver, adequacy of equipment provided, visual inspections for cleanliness and structural integrity, and operational functionality. The checklist mandates that the driver submit a weight ticket and allows for the identification of any pre-existing damage, which could lead to rejection of the equipment if not acknowledged. The designated government representative is responsible for ensuring compliance with all conditions and documenting their satisfaction with the performed work. This format exemplifies oversight in governmental procurement processes, emphasizing accountability and adherence to quality standards for contracted services.
Apr 16, 2025, 3:08 PM UTC
The Contractor Work Surveillance Checklist outlines the requirements for monitoring Industrial Cleaning Services (ICS) under specific contract line item numbers (CLINs 1002SV-1004SV & 1007SV-1009SV). It includes sections for recording work surveillance dates, start and stop times, and information about the designated government representative overseeing the work. Key elements evaluated during the surveillance include the punctual arrival of the work crew, possession of necessary equipment (such as a vacuum truck and power washing unit), and proper operational condition of all tools. The checklist ensures that the vacuum truck meets waste compatibility standards and arrives clean unless specified otherwise. The effectiveness and satisfaction of work performance are also monitored. This document is crucial in ensuring adherence to safety standards, regulatory compliance, and overall service efficacy in government contracting, aligning with the broader context of federal RFPs and grants that emphasize accountability and quality in public service contracts.
Apr 16, 2025, 3:08 PM UTC
The document outlines the procedures and requirements for submitting an invoice related to the disposal of hazardous materials under a government contract with the Defense Logistics Agency (DLA) Disposition Services. It provides a structured format for invoice submission, detailing essential information such as contract numbers, quantity disposed, container types, and relevant identification associated with the disposal facilities. The instructions specify how to fill out each section of the invoice, depending on whether the contract is domestic or foreign, and highlight the importance of certifications for recycling and destruction when applicable. A focus is placed on accurate data reporting for hazardous waste management in compliance with federal regulations. The purpose is to ensure that contractors maintain thorough documentation of hazardous material disposal while adhering to statutory obligations. This process is crucial for promoting public health and environmental safety by ensuring proper waste management practices.
Apr 16, 2025, 3:08 PM UTC
The document outlines the procedures for contractors to obtain, manage, and return Government-issued Common Access Cards (CACs) as part of compliance with federal security requirements. Contractors must complete specific forms, namely DLA Form 1728 and DoD Form 1172-2, for each employee needing a CAC. The process involves submitting these forms to the appropriate Contracting Officer and requiring employees to verify their information using the Trusted Associate Sponsorship System (TASS). Contractors must establish strict control procedures to ensure CACs are used solely for contract-related activities and report any lost or stolen cards immediately. Monthly reporting is mandated to track CAC issuance and validate the necessity of each employee's access. Non-compliance with these security protocols may lead to various consequences, including work stoppages, disapproval of invoices, and documentation of non-compliance in performance records. This process ensures the safeguarding of CACs, supporting overall security in government contract operations.
The document appears to be a notification regarding the inability to access or download a PDF file that is essential for government-related information, such as requests for proposals (RFPs) and federal grants. It advises users to update their Adobe Reader software for compatibility reasons, providing links for downloading the latest version and additional support. This issue likely impacts stakeholders involved in federal and state/local grant processes, as access to pertinent documents and proposals is crucial for compliance, submissions, and information dissemination. The inability to open such files can impede project timelines and planning. The main purpose of the document is to inform users about technical difficulties and to provide guidance for resolution.
Apr 16, 2025, 3:08 PM UTC
The document outlines a federal request for proposals (RFP) concerning the procurement of materials and services aimed at improving various public sector facilities. It emphasizes enhancing infrastructure compliance with regulatory standards while ensuring public safety and operational efficiency. Key points include specifications for material quality, timelines for project completion, and safety protocols throughout construction processes. The RFP encourages innovative approaches to project management, requiring vendors to present detailed methodologies for assessing existing conditions and proposing upgrades. The document stresses collaborative efforts across disciplines and mandates adherence to environmental regulations during execution. Notably, it highlights the significance of contractors’ experience in similar projects and the necessity of a transparent bidding procedure to foster competitiveness and fairness. This initiative reflects governmental efforts to maintain and modernize public infrastructure, aligning with broader goals of sustainability and community service.
Apr 16, 2025, 3:08 PM UTC
The document appears to be an encoded or corrupted version of a government file typically associated with Requests for Proposals (RFPs), federal grants, and state or local RFPs. Due to the extensive corruption, it is challenging to extract coherent information or determine a specific context. However, the intended material likely includes information regarding government solicitation processes, grant opportunities, guidelines for proposal submissions, and eligibility criteria for potential applicants. Main themes would commonly encompass funding directives, project specifications, and compliance requirements, which aim to communicate opportunities for funding or support from government agencies. Additionally, such documents usually include critical timelines, application protocols, and evaluation metrics essential for interested parties to participate effectively. Overall, while the document's contents are largely illegible, its purpose aligns with facilitating governmental processes wherein organizations seek financial assistance or contractual engagements, emphasizing transparency and procedural fairness in public funding initiatives.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
San Antonio HW Removal and Disposal
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the removal, transportation, and disposal of hazardous waste from military installations in the San Antonio area. The contract encompasses a range of hazardous materials, including RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, with a focus on compliance with environmental regulations and safety protocols. This procurement is critical for maintaining environmental standards and ensuring safe waste management practices within military operations. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Ronald Hobbs at Ronald.Hobbs@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
Puerto Rico Hazardous Waste Disposal Contract
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Puerto Rico Hazardous Waste Disposal Contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations and designated pickup locations. The contract aims to ensure compliance with environmental regulations while managing waste types such as RCRA hazardous wastes, PFAS, and other regulated materials, excluding infectious medical waste and radioactive materials. This procurement is critical for maintaining operational readiness and environmental safety within military operations in Puerto Rico. Interested contractors must submit their proposals by May 5, 2025, and can direct inquiries to Stephen Ngotho at stephen.ngotho@dla.mil or Scott Marko at Scott.Marko@dla.mil.
Hazardous Waste Removal and Disposal Italy
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal and disposal of hazardous and non-hazardous waste generated at military installations in Italy. The contract encompasses the transportation, treatment, and disposal of waste, requiring compliance with both U.S. and Italian environmental regulations, and includes a firm-fixed price model with a performance timeline of 30 months, plus an option for an additional 30 months. This procurement is critical for ensuring safe and compliant waste management practices, reflecting the government's commitment to environmental stewardship. Proposals are due by 6:00 PM EST on May 9, 2025, and interested parties should direct inquiries to Melissa Herrick at melissa.herrick@dla.mil.
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.
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.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management over a five-year term, encompassing both domestic and international sites. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's mission to enhance public safety. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
Integrated Solid Waste Management (ISWM) Services for Naval Air Station (NAS) Corpus Christi, Texas; NAS Kingsville, Texas; Naval Air Auxiliary Landing Field (NALF) Waldron, Texas and outlying areas
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified small businesses to provide Integrated Solid Waste Management (ISWM) Services for Naval Air Station (NAS) Corpus Christi, NAS Kingsville, and Naval Air Auxiliary Landing Field (NALF) Waldron in Texas. The contract will encompass all necessary labor, supervision, management, materials, tools, and transportation to perform ISWM services in the South Texas area, with a performance-based approach. This procurement is critical for maintaining environmental standards and operational efficiency at military installations, and the contract is anticipated to span five years, including a base year and four option years. Interested parties should contact Cory Iselin at cory.s.iselin.civ@us.navy.mil or Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil for further details, with the solicitation expected to be issued on or after April 23, 2025, and a site visit scheduled for May 6, 2025.
S222--Hazardous Waste Pick Up
Buyer not available
The Department of Veterans Affairs is soliciting proposals for hazardous waste pickup services at various healthcare facilities in North Carolina, including the Salisbury, Kernersville, and Charlotte Health Care Centers. Contractors will be responsible for the comprehensive management of hazardous waste, which includes packaging, labeling, transporting, and disposing of both RCRA and non-RCRA wastes, as well as pharmaceutical hazardous wastes, ensuring compliance with all applicable regulations. This procurement is crucial for maintaining a safe environment in veteran healthcare facilities while adhering to federal safety and environmental standards. Interested contractors should note that the total award amount is $47 million, with proposals due by April 23, 2025. For further inquiries, contact Aleshia Hines-Best at Aleshia.Hines-Best@va.gov.
Tinian Hazardous Waste Collection and Disposal Services
Buyer not available
The Department of Defense, through the 513th Expeditionary RED HORSE Squadron, is seeking qualified contractors to provide hazardous waste collection and disposal services at Tinian North Field in the Northern Mariana Islands. The procurement aims to manage various types of hazardous waste generated during the rehabilitation of the military facility, ensuring compliance with federal and local environmental regulations. This initiative is critical for maintaining a safe and operational military environment, reinforcing the military's commitment to effective defense infrastructure. Interested parties must submit their responses to the Request for Information (RFI) by May 6, 2025, to SSgt Eric Oliver at eric.oliver.5@us.af.mil, with the understanding that this RFI does not obligate the government to award a contract.
RFTP 33-4052 M/DCOS SCRAP RESIDUE SALE, LETTERKENNY, PA REQUEST FOR TECHNICAL PROPOSAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting technical proposals for the sale of metallic and non-metallic scrap property resulting from demilitarization and mutilation activities at Letterkenny, Pennsylvania. Contractors must demonstrate their capability to manage the necessary operations, including the safe removal of hazardous materials, transportation, and compliance with environmental regulations, with a minimum processing capacity of 1,000,000 pounds of materials monthly. This opportunity is crucial for ensuring responsible disposal of government property while adhering to safety and regulatory standards. Interested parties should submit their proposals by April 8, 2025, and direct any questions to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.