25R10 Sasebo Hazardous Waste Removal and Disposal
ID: SP450025R0010Type: 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 contractors for the removal and disposal of hazardous waste at military installations in Sasebo, Japan. The procurement involves comprehensive services including the transportation, recycling, and disposal of various hazardous materials, adhering to both U.S. and Japanese environmental regulations. This initiative is critical for ensuring safe waste management practices and compliance with health and safety standards, reflecting the government's commitment to environmental stewardship. Interested contractors can reach out to Denna Crandall at Denna.Crandall@dla.mil or call 269-961-5540 for further details, with proposals due within the specified timeframe outlined in the solicitation documents.

    Files
    Title
    Posted
    The "Sasebo Hazardous Waste Disposal Contract" outlines requirements for the removal, transportation, recycling, and disposal of various hazardous wastes originating from U.S. military installations in Sasebo, Japan. The contract is structured into three phases: Pre-Removal, Removal, and Post-Removal, detailing specific processes and responsibilities. Waste types include Industrial Waste, Specially Controlled Industrial Waste, and PFAS-related materials, adhering to U.S. and Japanese environmental regulations. Contractors are responsible for ensuring safe waste handling, including necessary training, securing transport equipment, and documentation for compliance with legal requirements. The contract emphasizes the segregation of hazardous waste, accurate waste profiling, and proper use of CLIN selection criteria for waste management. Transportation must follow strict guidelines, including security protocols and hauling practices to minimize risks. The document reflects the U.S. government's commitment to environmental stewardship and safety in waste management operations. By detailing comprehensive processes and responsibilities, it provides clarity for contractors involved, ensuring compliance with hazardous waste regulations and promoting environmental protection during waste removal and disposal activities.
    The Sasebo hazardous waste (HW) disposal price schedule details the pricing for various waste management services. It includes costs for tank cleaning services based on capacity, hazardous battery management, and the disposal or recycling of different waste categories such as acids, alkalines, and industrial waste. Key items listed include transportation fees, estimated quantities for sludge management, and considerations for managing regulated materials like mercury, lithium, and alkaline batteries, along with relevant regulations. The document emphasizes the importance of proper disposal and recycling processes, including specific handling instructions for various waste types, which are crucial for regulatory compliance. It underscores the government's objective to safely manage hazardous materials while adhering to environmental standards. This price schedule serves as a guideline for federal and local contractors participating in RFPs related to waste management, ensuring transparent cost assessments and compliance with health and safety regulations in waste disposal operations.
    This government solicitation outlines the terms and conditions for an acquisition, incorporating various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), which govern contract procedures. Key FAR clauses emphasize contractor responsibilities, including prohibitions against receiving gratuities, maintaining personal identity verification, and safeguarding sensitive information. Specific contract provisions define ordering procedures, price limitations, and options for contract extension. The document stresses compliance with ethical norms and operational security for contractors, alongside provisions aimed at countering fraud and protecting national security interests. Notably, it includes regulations to restrict contracting with certain foreign entities and mandates accelerated payments for small business subcontractors. The overall theme underscores the integrity and security required in federal contracts, ensuring that services rendered align with governmental standards and legal frameworks. This RFP aims not only to solicit competitive proposals but also to enforce a contractual environment that promotes accountability, transparency, and compliance with federal laws.
    The document outlines the procedures and requirements for submitting electronic proposals in response to a solicitation by DLA Disposition Services, specifically for hazardous waste disposal services. Proposals must be sent via email in specified electronic formats, such as Microsoft Office or PDF, with strict limits on file size and structure, requiring clear annotations on the subject lines. Submissions should consist of two main volumes: Volume I, which includes certifications and pricing schedules, and Volume II, detailing past performance information (PPI) on similar contracts. Offerors are advised against providing multiple prices for items and must demonstrate past performance through recent contracts. Additionally, security measures are emphasized, including the need for proposals to be virus-free and password protection protocols. The acceptance period of offers is extended to 90 days post-submission. This guidance ensures compliance with federal regulations, facilitates a smooth bidding process, and ensures fair evaluation of submitted proposals.
    The document outlines the evaluation process for government proposals under federal RFPs, employing a "best value" source selection method that emphasizes past performance over price. Proposals will be assessed on two main factors: past performance and price, with past performance being significantly more critical. The total evaluated price will include the basic requirement and options, with a provision for a potential six-month service extension. Offerors must submit relevant past performance information, which will be subjectively assessed via a confidence evaluation based on scope, magnitude, and historical performance quality. The government may also gather information from various sources to inform its evaluation. Importantly, not all past performance proposals will be reviewed if pricing is competitive enough. Overall, the process aims for an efficient evaluation of proposals to ascertain the most qualified offeror while considering the government's fiscal responsibilities. This clarification improves transparency in government contracting and promotes fair competition among suppliers by delineating the criteria for award selection.
    The document serves as a Past Performance Information (PPI) Questionnaire for offerors responding to a solicitation by the Defense Logistics Agency (DLA) Disposition Services, focused on hazardous waste removal, transportation, and disposal services. Offerors must complete their information in Section 1 and provide references to evaluate their performance through Section 2. The questionnaire includes a detailed evaluation form, employing an adjectival rating scale from “Unsatisfactory” to “Exceptional” to assess various performance aspects, including quality of service, schedule adherence, management, regulatory compliance, and overall recommendation. Each section prompts references to provide ratings and comments on specific contractual elements such as compliance with regulations, documentation accuracy, customer service, and problem-solving effectiveness. This structured approach enables the government to objectively measure offerors' past performance, essential for source selection in federal contracts. The completed PPI documents are Source Selection Sensitive, and submission deadlines are strictly emphasized to ensure timely consideration in the procurement process.
    The Past Performance Information (PPI) Questionnaire is designed for offerors participating in the DLA Disposition Services’ solicitation for hazardous waste removal, transportation, and disposal services. The document outlines the requirement for offerors to provide references that evaluate their performance on prior contracts. It comprises two main sections: one for the offeror to fill, detailing the firm's information and previous contract details, and the other for the reference to assess the offeror’s performance based on various criteria, including quality, schedule adherence, management, and regulatory compliance. Each performance element is rated using a scale ranging from "Unsatisfactory" to "Exceptional." Additional comments are solicited to explain the ratings, as well as a recommendation for future contracts, highlighting the reference’s overall opinion on the offeror's capability. Emphasizing the importance of accurate and timely submissions, the document serves as a critical tool for the government to ensure that selected contractors meet or exceed required performance standards in hazardous waste management.
    The document outlines the waste removal and service operation contract for various locations in Sasebo, Japan, primarily associated with military functions. The designated sites include Commander Fleet Activities Sasebo and three POL (Petroleum, Oil, and Lubricants) depots: Akasaki, Iorizaki, and Yokose, in addition to Kanoya Air Base. The purpose of this contract is to ensure effective waste management and support operations at these critical military installations. By specifying precise locations, the document indicates the government's intention to engage qualified contractors for maintaining environmental and operational standards in these areas, reflecting a commitment to sustainability and compliance with applicable statutes concerning hazardous materials management. The succinct identification of targeted facilities establishes a clear framework for potential contractors regarding the scope of services required.
    The document outlines multiple federal procurement initiatives, specifically focusing on Request for Proposals (RFPs) and contract awards associated with the Department of Defense across various timelines. It categorically lists numerous unique identifiers, including DoDAACs, PIIDs, and receipt dates, along with details about contracts awarded between July 2020 and October 2023. The data details multiple entries of awarded contracts, the structure of which includes distinct identifiers for each contract, corresponding RFP identifiers, and pertinent date information regarding their receipt and award. This dataset serves as a comprehensive record of ongoing and past federal contract activities, illuminating the government’s procurement processes and providing insight into the timeline and organization of contracts in relation to supply chain management and public expenditure. The systematic documentation is crucial for maintaining transparency and accountability in federal contracting, particularly reflecting the government's dedication to adhering to regulations and standards in public procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hazardous Wase Removal & Disposal- Belgium, Germany, & Netherlands
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the removal and disposal of hazardous waste across military installations in Belgium, Germany, and the Netherlands. The procurement involves a firm-fixed price contract structured as a 30-month base period followed by a 30-month option period, focusing on compliance with stringent environmental regulations and safety standards during the waste management process. This contract is critical for ensuring the safe handling and disposal of hazardous materials, thereby supporting the operational readiness of U.S. military facilities while adhering to both U.S. and local environmental laws. Interested contractors should contact Melissa Herrick at melissa.herrick@dla.mil or call 269-961-5962 for further details, and must submit their proposals electronically by the specified deadlines to be considered for this opportunity.
    Hazardous Waste Management, USAG Daegu KOREA
    Buyer not available
    The Department of Defense, through the 646th Support Detachment, is soliciting proposals for hazardous waste management services at USAG Daegu, Korea. The procurement aims to ensure the safe and compliant collection, transportation, and disposal of hazardous waste, which is critical for maintaining environmental safety and regulatory compliance on military installations. This contract falls under the NAICS code 562112, focusing on hazardous waste collection, and is essential for supporting the operational readiness of the facility. Interested vendors can reach out to Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or call 315-763-5691 for further details regarding the solicitation process.
    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.
    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.
    PENDLETON HAZARDOUS WASTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Service, is seeking sources for hazardous waste management services at Camp Pendleton, California. The procurement involves the removal and disposal of various hazardous and non-hazardous waste types, adhering to federal and state regulations, with a focus on compliance with the Resource Conservation and Recovery Act (RCRA). This opportunity is critical for ensuring safe and environmentally responsible handling of hazardous materials, including specific requirements for waste evaluation, sampling, and timely reporting, particularly for substances like PFAS. Interested parties can contact James Mayotte at james.mayotte@dla.mil or 269-961-4450 for further details regarding this Sources Sought notice.
    Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for hazardous waste removal services in Alaska, specifically in Anchorage. The procurement involves the removal, transportation, and disposal of various hazardous waste types, adhering to strict EPA regulations and safety protocols. This contract is crucial for ensuring the safe management of hazardous materials, including PFAS and corrosive substances, within military installations, reflecting the government's commitment to environmental protection and compliance. Interested contractors should contact Michael Mamaty at Michael.Mamaty@dla.mil for further details, with proposals due by the specified deadline.
    Riley / Minot / Ellsworth Hazardous Waste and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal, transportation, and disposal of hazardous and regulated wastes from military installations located in Fort Riley, Kansas, Ellsworth AFB, South Dakota, and Minot AFB, North Dakota. The contract, categorized under NAICS code 562211, encompasses a 30-month base period from May 2025 to November 2027, with an optional 30-month extension, and emphasizes compliance with EPA and RCRA regulations for safe waste management. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Erik Rundquist at erik.rundquist@dla.mil or by phone at 269-961-4891. The procurement process will evaluate submissions based on past performance and pricing, ensuring adherence to environmental standards throughout the disposal process.
    Refuse Collection Service for DLA Distribution San Joaquin (DDJC)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for refuse collection services at the DLA Distribution San Joaquin (DDJC) in Tracy, California. The procurement involves a base year contract with four optional renewal years, requiring comprehensive solid waste management services, including the collection and disposal of refuse from designated points, while adhering to federal, state, and local regulations. This contract is vital for maintaining operational efficiency and compliance within the DLA's logistics framework, ensuring effective waste management throughout the specified periods. Interested contractors must submit their proposals by March 13, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.
    Sources Sought HW Albany, GA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for hazardous waste treatment and disposal services in Albany, Georgia. The procurement aims to establish a comprehensive contract for the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, PCBs, and PFAS, from military installations in the Albany/Moore/Moody region. This initiative is crucial for ensuring compliance with environmental regulations and effective management of hazardous materials, thereby supporting military operations while prioritizing safety and environmental protection. Interested parties can contact Annette Graham at Annette.Graham@dla.mil for further information regarding this opportunity.
    N4008425R0051 REGIONAL OIL & HAZARDOUS SUBSTANCES SPILL RESPONSE SERVICES FOR NAVFAC FAR EAST, JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Far East (NAVFAC FE), is seeking qualified contractors to provide oil and hazardous substances spill response services across various military locations in Japan. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a focus on immediate response capabilities, self-performance of cleanup efforts, and handling a range of hazardous materials, including petroleum, oils, lubricants (POLs), and PFOS/PFOA compounds. This initiative is critical for ensuring environmental safety and compliance with regulatory standards, as it supports military operations and protects local ecosystems. Interested vendors must respond with their qualifications, including relevant experience and registration with the System for Award Management (SAM), by March 13, 2025. For further inquiries, potential respondents can contact Amanda Jo at amanda.jo.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.