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
    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 contract encompasses the management of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Universal Wastes, and other specified materials from military installations, with a performance timeline extending over 30 months. This procurement is critical for ensuring compliance with environmental regulations and maintaining safety standards in waste management practices. Interested contractors must submit their proposals by 11:55 AM EST on May 15, 2025, to Andrea Tichenor at andrea.tichenor@dla.mil, with further inquiries directed to Erik Rundquist at erik.rundquist@dla.mil.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Harrisburg Site Cleanup project in Pennsylvania. The procurement involves debris removal and mutilation services at the DLA DS Susquehanna site, with the objective of restoring a former scrap yard to its original condition within three months of contract award. Contractors will be responsible for the systematic removal, shredding, and disposal of all scrap materials, ensuring compliance with all applicable regulations, while retaining any revenue from recycled materials. Interested parties must submit their quotes by 1:00 p.m. Eastern Standard Time on the specified date, and can reach out to Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further inquiries.
    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.
    DFW Universal Waste Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for universal waste removal services at the Dallas-Fort Worth National Cemetery under Solicitation Number 36C78626Q50028. The contract encompasses the collection, removal, and disposal of various hazardous wastes, including used oil, coolant, and oily water, over a base year and four option years from 2026 to 2030. This procurement is critical for maintaining environmental safety and compliance with federal regulations, requiring contractors to have relevant experience, licenses, and adherence to safety standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit questions by December 12, 2025, with responses provided via amendment by December 16, 2025; for further inquiries, contact David Hester at David.Hester@va.gov.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    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.
    Hazardous Waste Transportation and Disposal Services
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for Hazardous Waste Transportation and Disposal Services. The primary objective is to identify companies capable of providing professional hazardous waste management, including transportation and disposal services, to support NREL's operations, which generate various regulated and non-regulated waste streams. This procurement is crucial for ensuring safe and compliant waste management practices, with services potentially including lab pack chemist support and bulk waste disposal. Interested companies must submit capability statements, rough order of magnitude estimates, and lead times by December 19, 2025, with the project anticipated to start in February 2026 and extend for up to 60 months. For further inquiries, contact Alex Joseph at ASP.Responses@nrel.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.