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
  1. 1
    Posted Feb 5, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal and disposal of hazardous waste in Sasebo, Japan, under solicitation SP450025R0010. The contract requires the selected contractor to manage the removal, transportation, storage, and disposal of hazardous materials generated by U.S. military installations, adhering to both U.S. and Japanese environmental regulations. This initiative is crucial for ensuring safe waste management practices and compliance with health and safety standards in military operations. Proposals are due by April 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Denna Crandall at Denna.Crandall@dla.mil or Kayla DesVoignes at kayla.desvoignes@dla.mil.

Files
Title
Posted
Mar 31, 2025, 4:05 PM UTC
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.
Mar 31, 2025, 4:05 PM UTC
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.
Mar 31, 2025, 4:05 PM UTC
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.
Mar 31, 2025, 4:05 PM UTC
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.
Mar 31, 2025, 4:05 PM UTC
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.
Feb 5, 2025, 8:07 PM UTC
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.
Mar 31, 2025, 4:05 PM UTC
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.
Mar 31, 2025, 4:05 PM UTC
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
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.
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.
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.
Corpus Christi Regional HW Removal
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 various hazardous wastes from military installations 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, ensuring compliance with federal and state regulations throughout the process. This procurement is critical for maintaining environmental safety and regulatory compliance in military operations, with a contract period anticipated to span 30 months from July 6, 2025, to January 5, 2028, with an option for an additional 30 months. Proposals are due by 3:00 PM EST on May 8, 2025, and interested parties should direct inquiries to Andrea Tichenor at andrea.tichenor@dla.mil or Erik Rundquist at erik.rundquist@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.
U.S. Army Garrison Hawaii - Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock) Refuse Service
Buyer not available
The Department of Defense is soliciting proposals for refuse services at the U.S. Army Garrison Hawaii, specifically for the Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock). The objective of this procurement is to ensure efficient and environmentally compliant refuse collection and disposal to support the mission of the USAG-HI Department of Public Works. This contract, set aside for small businesses, emphasizes the importance of sustainable waste management practices and compliance with federal environmental standards. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Edmond Chan at edmond.r.chan.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil for further information.
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 ensure compliance with environmental regulations while managing various types of hazardous waste generated during the rehabilitation project, which is critical for maintaining a safe and operational military environment. Interested businesses are encouraged to respond to the Request for Information (RFI) by May 15, 2025, with questions due by April 30, 2025; responses should be directed to SSgt Eric Oliver at eric.oliver.5@us.af.mil. This opportunity is set aside for small businesses under the SBA guidelines, and while it is not a commitment to award a contract, it will inform the government's acquisition strategy.
DFAC Food Waste Pick-Up and Disposal Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for food waste pick-up and disposal services at government-owned dining facilities located at Schofield Barracks, Wheeler Army Airfield, and East Range Military Reservation in Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation to ensure compliance with local, state, and federal regulations as outlined in the Performance Work Statement. This opportunity is a total small business set-aside, emphasizing the importance of small business participation in government contracts, and the contract will be awarded on a firm-fixed price basis. Interested contractors must submit their offers by 10:00 AM on May 16, 2025, and are encouraged to attend a site visit scheduled for April 23, 2025. For further inquiries, contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
Update USAG Okinawa Stormwater Pollution Prevention Plan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to update the Stormwater Pollution Prevention Plan (SWPPP) for the United States Army Garrison (USAG) Okinawa, Japan. The contractor will be responsible for providing all necessary labor, tools, and equipment to ensure compliance with environmental regulations and standards, including conducting site surveys and stakeholder interviews. This initiative is crucial for maintaining environmental stewardship and regulatory adherence at military installations, with the contract period set from June 1, 2025, to May 31, 2026. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by May 9, 2025, and direct any inquiries to Ms. Norie Moromizato at norie.moromizato.2.jp@us.af.mil.