Emergency Spill Response
ID: W9124CQA002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- OIL SPILL RESPONSE (F112)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for an Emergency Spill Response contract at Fort Jackson, South Carolina. This non-personal service contract requires the contractor to provide comprehensive emergency spill and environmental response services, including personnel, equipment, and supplies, to ensure compliance with environmental regulations and effective site cleanup. The contract, valued at up to $25 million, is set aside for small businesses and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested parties should contact Tesia Polk at tesia.l.polk.civ@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil for further details, with proposals due by the specified deadline following the solicitation guidelines.

Files
Title
Posted
Mar 25, 2025, 1:06 PM UTC
The AMC-Level Protest Program, established by the Army Materiel Command (AMC), provides a structured method for addressing procurement-related complaints. Instead of escalating issues to external bodies like the Government Accountability Office (GAO), concerned parties are encouraged to first engage with the responsible contracting officer or utilize the AMC's internal protest procedure. Protests must be submitted within specific timeframes, as detailed in FAR 33.103, and the AMC aims to achieve resolutions within 20 working days. Protests should be directed to the Office of Command Counsel at AMC, with clear instructions available on their website or by contacting the contracting officer for those without internet access. This initiative underscores AMC's commitment to resolving disputes internally, thereby supporting efficiency within government procurement processes.
Mar 25, 2025, 1:06 PM UTC
This document outlines the proposal submission instructions for an emergency environmental spill response RFP (Solicitation Number W9124C25QA002) issued by the U.S. Army. Offerors must submit their proposals electronically, using the provided SF 1449 form, by the specified deadline. The submission process includes important guidelines for proposal formatting, content organization, and compliance with established page limits. Proposals should comprise four volumes: General, Technical Proposal, Price, and Past Performance, each with distinct requirements. The General volume includes necessary forms and an executive summary, while the Technical Proposal must detail the approach to meeting the project's needs, demonstrating qualifications in hazardous waste operations and emergency response. The Price Proposal requires a detailed pricing schedule, including unit pricing, while the Past Performance volume should document relevant experience within the last three years. Key aspects emphasized include submitting inquiries during the solicitation phase, following strict page limits, and the importance of clarity and organization in proposals. Offerors are cautioned to include only essential information, as overly verbose submissions may detract from evaluators' assessments. The guidelines ensure a structured and competitive proposal process, aligning with federal procurement standards.
Mar 25, 2025, 1:06 PM UTC
The government file outlines the evaluation and award process for a contract utilizing a Lowest Price Technically Acceptable (LPTA) approach. It specifies that a single Firm Fixed Price Blanket Purchase Agreement (BPA) will be awarded to the lowest-priced, technically acceptable offeror, adhering to federal acquisition regulations. Proposals must address all solicitation requirements to be considered, and the evaluation will assess technical capability, pricing, and past performance. The technical evaluation criteria require a detailed narrative of the offeror's approach, including qualifications of personnel, emergency response capabilities, and adherence to environmental regulations. Past performance will be evaluated to gauge the likelihood of successful contract execution, looking at the offeror's previous relevant work. Price submissions will not be scored but must be fair and reasonable, incorporating all associated costs, and evaluated alongside the base and option periods. The document emphasizes the importance of complete, compliant submissions, as any lack of required information could result in rejection, limiting discussions and negotiations. The overall intent is to ensure quality and cost-effectiveness in fulfilling government requirements through contractors capable of delivering reliable services.
Mar 25, 2025, 1:06 PM UTC
This document specifies required types and minimum amounts of insurance for contractors working on government installations, in accordance with FAR clause 52.228-5. It outlines several insurance categories: Workmen's Compensation must meet state requirements, while Employer's Liability Insurance is set at $100,000. Comprehensive General Liability Insurance requires coverage of $500,000 per occurrence for bodily injury and $50,000 for property damage, with specific deductibles. Additionally, Comprehensive Automobile Liability Insurance is mandated to cover $200,000 per person and $500,000 per occurrence for bodily injury, alongside $20,000 for property damage. Medical Liability Insurance needs to reach $1,000,000 per occurrence and $3,000,000 in total. The structure of the document clearly lists insurance types followed by their required amounts, enforcing stringent safety and compliance measures for contractors involved in federal projects. This summary encapsulates the essential insurance requirements necessary for government contracts, ensuring protection for all parties involved and adherence to regulatory standards.
Mar 25, 2025, 1:06 PM UTC
The document serves as an addendum to a Federal Acquisition Regulation (FAR) requirement, emphasizing the necessity for bidders to inspect the service site before submitting proposals. It underscores that bidders must familiarize themselves with local conditions affecting contract performance, as failure to do so cannot be justification for claims post-award. Furthermore, the government will conduct an organized site visit on April 10, 2025, at 10:30 a.m. EST at the MICC Building in Fort Jackson, SC. Interested parties must provide written notification of attendance, including personal details such as names and IDs, by April 4, 2025. This addendum aims to ensure that all bidders are adequately informed about the site, contributing to fair competition and informed proposal submissions in line with government protocols regarding RFPs and contracts.
Mar 25, 2025, 1:06 PM UTC
The document outlines the terms of an Emergency Spill Response Blanket Purchase Agreement (BPA) that establishes rates for various labor categories and equipment needed for spill and environmental response. It specifies five ordering periods with respective hourly rates for roles such as Project Manager, Equipment Operator, and Technician, with additional rates for overtime work. Equipment pricing is provided for items like vacuum trucks, emergency response vans, and chemical sorbents. Key aspects include that the BPA does not obligate government funds until individual Call Orders are made, with stipulations limiting purchase amounts to simplified acquisition thresholds. The BPA's duration is five years unless terminated with prior written notice. It authorizes only specified contracting officers to place orders and details the documentation, including invoicing requirements for services rendered. Accurate invoicing is crucial for payment processing, adhering to established government protocols. Overall, the BPA is essential for efficiently managing emergency environmental responses within federal contracting frameworks.
Mar 25, 2025, 1:06 PM UTC
The Fort Jackson Contractor Vetting Policy outlines procedures for vetting contractor employees seeking access to Fort Jackson, specifically for those authorized to hold a Department of Defense Common Access Card (CAC). The policy adheres to various Department of Defense regulations and laws to ensure control and compliance with employee verification processes. Contractors must apply for badges through established systems and provide relevant employment documentation, including Social Security verification and criminal background checks. The Directorate of Emergency Services (DES) is responsible for managing and overseeing the vetting process, maintaining records of contractors, and handling badge issuance. Involvement in the ICE Mutual Agreement between Government and Employers (IMAGE) program is encouraged for contractors to enhance compliance and reduce employment vulnerabilities related to undocumented workers. Legal stipulations regarding the hiring of individuals are addressed under the Immigration and Nationality Act, mandating verification requirements to prevent unlawful employment. Non-compliance can result in adverse actions against contractors, including potential removal from the installation. This policy emphasizes the importance of maintaining security and legal adherence in contracting activities at Fort Jackson, contributing to broader safety and operational integrity within military installations.
Mar 25, 2025, 1:06 PM UTC
This document outlines the proposed pricing structure for a government contract involving environmental services, focusing on various roles, equipment, and disposal of hazardous materials. It details a base year and four optional years, each specifying quantities and unit measures for roles such as Project Manager and Equipment Operator, as well as equipment usage like Hydro-Blasters and Vacuum Trucks. The document emphasizes that all prices are currently listed as zero and requests that the Offeror provide a total proposed price inclusive of all direct and indirect costs, encompassing labor burdens, insurance, environmental compliance, and necessary documentation. The contract is intended for handling non-hazardous petroleum contact water, sludge, and other related substances, highlighting the need for thorough safety and legal adherence in the execution of these services. This summary captures the essence of the RFP's intent to acquire comprehensive environmental solutions with a focus on cost estimation and compliance.
Mar 25, 2025, 1:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for emergency spill and environmental response at Fort Jackson, SC. The contractor must provide comprehensive services, including personnel, equipment, and supplies for 24/7 spill response, adhering to environmental regulations such as CERCLA, RCRA, and the Clean Water Act. Key objectives include quick emergency response, effective site cleanup, and accurate reporting. The contract covers a base year with four optional extensions and mandates the contractor’s development of quality control and safety plans. Performance will be monitored through a Quality Assurance Surveillance Plan (QASP) to ensure compliance with standards. The contractor must follow stringent security protocols, including employee vetting, and must ensure the proper licensing and training of all personnel involved in spill response. All activities must prioritize safety and environmental protection, with specific tasks outlined for sampling, site restoration, and hazardous waste disposal. Incident reporting is required within three days post-event, substantiated with detailed documentation. Overall, the document emphasizes the importance of maintaining compliance with federal regulations while providing efficient emergency response services on a military installation, underscoring the collaboration between the contractor and government personnel.
Mar 25, 2025, 1:06 PM UTC
The document discusses a government Request for Proposal (RFP) related to a follow-on requirement for services. It indicates that the project is not new but rather a continuation of an existing project, suggesting that there is an incumbent or previous contractor involved. However, the document does not provide specifics such as the award number or details regarding the services delivered by the previous contractor. This implies the importance of understanding the background and context of the existing service provision for potential bidders, as familiarity with prior contracts may influence proposal strategies. Overall, the communication indicates a structured approach to RFP processes in government contexts, emphasizing continuity in service requirements.
Mar 25, 2025, 1:06 PM UTC
The document outlines a solicitation for Women-Owned Small Business (WOSB) participation in a contract for emergency spill and environmental response services at Fort Jackson, SC. The contract, identified as W9124C25QA002, has a total award amount of up to $25 million and encompasses various terms, conditions, and federal acquisition regulations applicable to commercial services. The performance period is set from June 1, 2025, to May 31, 2030, with requirements for contractors to provide specified services while adhering to federal statutes on labor, ethics, and certification. Essential components include a detailed list of applicable clauses, evaluation criteria, and mandatory representation requirements for bidders, particularly focusing on small business classifications such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The document emphasizes the importance of compliance with various federal laws and regulations while encouraging equitable participation from small businesses in government contracts. Overall, it underscores the federal government's commitment to supporting underrepresented businesses in contract opportunities while ensuring a high standard of service delivery.
Mar 25, 2025, 1:06 PM UTC
The provided document is an analysis of government RFPs, federal grants, and state and local procurement opportunities. It appears to focus on outlining functionalities and requirements for specific projects requesting proposals from private contractors and organizations. The document discusses various sections that detail eligibility criteria, scope of work, submission guidelines, evaluation processes, and funding specifications applicable to potential respondents. Key points emphasize the importance of compliance with regulatory standards, performance metrics, and project deliverables outlined in the RFPs. It caters to an audience of prospective vendors and grant recipients, urging the need for precise responses that meet stipulations set by the governing agencies. The tone remains formal and instructive, aiming to guide applicants through the complexities of government procurement processes. Overall, the document underscores the role of detailed submissions and adherence to federal and state regulations in achieving successful proposal outcomes, ensuring that projects align with government objectives and funding requirements.
Lifecycle
Title
Type
Emergency Spill Response
Currently viewing
Solicitation
Similar Opportunities
FY25 Daniel Island Wando Cell Ditching Rd. 2
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Charleston, is seeking qualified contractors for the FY25 Daniel Island Wando Cell Ditching Rd. 2 project in Berkeley County, South Carolina. The procurement involves the comprehensive management of earth-moving operations, including the creation and deepening of drainage ditches, site clearing, and minor repairs of dikes, berms, and ramps, all of which are critical for effective land management and environmental control. This project is set aside exclusively for small businesses, with an estimated contract value ranging from $1,000,000 to $5,000,000. Interested parties should contact Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or by phone at 843-329-8208 for further details.
Petroleum, Oil and Lubricant (POL) Support Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking small businesses to provide Petroleum, Oil and Lubricant (POL) facility operation support services at Fort Drum, New York, through a Sources Sought Notice. This procurement aims to identify capable vendors who can meet the operational requirements for POL services, emphasizing participation from small businesses across various socioeconomic categories, including 8(a), Small Disadvantaged, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns. The services are critical for maintaining the operational readiness and efficiency of military facilities. Interested parties are encouraged to reach out to Kayla Rogers at kayla.m.rogers14.civ@army.mil or 315-722-2342, or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil or 315-772-5021 for further information regarding their capabilities and to review the Draft Performance Work Statement and attachments.
Underground Storage Tank Spill Bucket and Sensor Repairs
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for repair services related to two Underground Storage Tanks (USTs) at the Defense Supply Center Richmond in Virginia. The procurement specifically involves replacing an interstitial sensor for UST-4 and a spill bucket for UST-5, with the contract expected to be awarded as a firm fixed price for a duration of two months. This initiative is crucial for maintaining compliance with environmental regulations and ensuring the operational integrity of USTs, thereby supporting sustainable practices within federal infrastructure. Interested small businesses must submit their quotes by April 28, 2025, at 3:00 PM EST, and can direct inquiries to Kia Milindez at kia.milindez@dla.mil or Joshua Molnar at Joshua.Molnar@dla.mil.
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.
Environmental Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Services. The procurement aims to provide a comprehensive range of environmental consulting services, including compliance with federal environmental regulations, restoration, conservation, and pollution prevention, primarily in North Carolina and Virginia, with potential work extending to other southeastern states. This contract, which includes a base year and four option years, is crucial for ensuring environmental compliance and management for various projects undertaken by the Corps and its customers. Interested firms must respond by May 2, 2025, with their qualifications and capabilities to the designated contacts, Diana Curl and Rosalind M. Shoemaker, via email, and must be registered in the System for Award Management (SAM) to be eligible for award.
Interior Design Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified firms to provide Interior Design Services at Fort Jackson, SC. The procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the requirements for interior design, which may include landscaping, interior layout, and overall design services. These services are crucial for enhancing the functionality and aesthetic appeal of military facilities, ensuring they meet operational and personnel needs. Interested parties should reach out to Darrell Stack at darrell.l.stack.mil@army.mil or 803-237-5542, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details and to express their interest in this opportunity.
F--R10 Emergency and Rapid Response Services (ERRS)
Buyer not available
The Environmental Protection Agency (EPA) is seeking proposals for the R10 Emergency and Rapid Response Services (ERRS) contract, aimed at providing essential environmental remediation services. This procurement is specifically set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 562910, which encompasses remediation services. The services are critical for addressing urgent environmental issues and ensuring compliance with environmental protection standards. Interested parties must submit their proposals by April 25, 2024, and can direct inquiries to Shaneka McKinney at McKinney.Shaneka@epa.gov or by phone at 913-551-7780.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for environmental services and remedial action operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. The contract, valued at $25 million, aims to address contamination issues under the Base Realignment and Closure (BRAC) Program, focusing on long-term monitoring, operations and maintenance, and remedial actions for various environmental contaminants, including per- and polyfluoroalkyl substances (PFAS). This procurement is critical for ensuring compliance with federal environmental regulations and safeguarding public health in the affected communities. Interested contractors can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the contract expected to span five years from the award date.
Gray Water Removal Services - Long Beach Port, CA
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for Gray Water Removal Services at the Long Beach Port, California. The contract aims to establish comprehensive services for the collection, storage, and disposal of gray water generated from training equipment, utilizing 1,000-gallon and 3,000-gallon containers. This initiative is crucial for maintaining environmentally sustainable practices during military training operations, with a total estimated award amount of $9,000,000 for the performance period from May 27, 2025, to June 17, 2025. Interested contractors, particularly women-owned small businesses, should direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil and ensure compliance with all submission requirements and deadlines outlined in the solicitation documents.
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.