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 qualified 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 crucial for ensuring safe waste management practices and compliance with health and safety standards, reflecting the government's commitment to environmental stewardship. Interested contractors can contact Denna Crandall at Denna.Crandall@dla.mil or Kayla DesVoignes at kayla.desvoignes@dla.mil 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 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
    N4008424R0054/ HAZARD WASTE DISPOSAL SUPPORT CONTRACT AT U.S. MARINE CORPS BASE, CAMP KINSER FOR U.S. COMMANDER FLEET ACTIVITIES OKINAWA (CFAO), JAPAN
    Buyer not available
    The Department of Defense is soliciting proposals for a Hazard Waste Disposal Support Contract at the U.S. Marine Corps Base, Camp Kinser, Okinawa, Japan, for the U.S. Commander Fleet Activities Okinawa (CFAO). The contract requires contractors to provide comprehensive hazardous waste management services, including collection, documentation, transportation, and operation of hazardous waste storage areas, while ensuring compliance with Japan Environmental Governing Standards. This procurement is critical for maintaining environmental safety and regulatory compliance in military operations. Interested contractors should contact Luz Baron at luz.m.baron.civ@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil for further details, with proposals due by the specified deadline.
    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.
    HAZARDOUS WASTE DISPOSAL
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for hazardous waste disposal services, specifically targeting the management, collection, transportation, and disposal of various hazardous and non-regulated waste materials. The contractor will be responsible for providing necessary labor, equipment, and management to ensure compliance with federal, state, and local regulations, including EPA standards, while maintaining safety protocols throughout the disposal process. This procurement is crucial for supporting environmental health and safety within a large industrial operation in Crane, Indiana, and emphasizes the government's commitment to sustainable waste management practices. Interested vendors should contact Matthew Sward at matthew.r.sward2.civ@us.navy.mil or call 812-381-0981 for further details, and must acknowledge receipt of the solicitation amendment to avoid rejection of offers.
    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.
    Riley / Minot Sources Sought
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste treatment and disposal services at military installations, specifically around Fort Riley, Kansas. The scope of work includes the removal, transportation, and disposal of various hazardous and non-hazardous wastes, including Resource Conservation and Recovery Act (RCRA) hazardous wastes and Polychlorinated Biphenyls (PCBs), in compliance with all applicable laws and regulations. This opportunity is critical for ensuring environmental safety and compliance in waste management, with a contract anticipated to be awarded as a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity Services Contract, covering a 30-month base period and an optional 30-month extension. Interested firms must submit their capabilities packages by February 18, 2025, to Erik Rundquist at erik.rundquist@dla.mil, with late submissions not being accepted.
    Corpus Christi Regional HW Removal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste removal services in the Corpus Christi, Texas area. The procurement involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs), in compliance with federal, state, and local regulations. This contract, structured as a firm-fixed price indefinite delivery/indefinite quantity agreement, is crucial for ensuring environmental compliance and safety in military operations. Interested firms must submit their capabilities packages by 1500 EST on February 6, 2025, to Heidi McCoy at heidi.mccoy@dla.mil, with late submissions not being accepted.
    Misawa Refuse Bins
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide waste bin services at Misawa Air Force Base in Japan. The procurement aims to establish a reliable waste management system, requiring contractors to supply various sizes of refuse bins for different waste types, including Green Waste, Mixed Load Waste, Municipal Solid Waste, and Construction and Demolition Debris. This initiative is crucial for maintaining effective waste disposal and compliance with environmental regulations. Interested parties must submit their pricing and company information to Vincent Perry at vincent.perry.2@us.af.mil by February 6, 2025, at 10:00 AM Guam Time.
    S222--Hazardous Waste Disposal (DM total 5 sites) SDVOSB, IDIQ (VA-25-00018007)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for hazardous waste disposal services under an indefinite delivery/indefinite quantity (IDIQ) contract, specifically targeting Service Disabled Veteran Owned Small Businesses (SDVOSB). The contract encompasses the management, disposal, and treatment of hazardous and regulated medical waste across five sites, including the Des Moines VA Hospital and its affiliated community-based outpatient clinics. This initiative is crucial for ensuring compliance with federal and state regulations regarding hazardous waste management, thereby promoting environmental safety and public health. Interested contractors must submit their proposals by February 10, 2025, at 11:00 CST, and can direct inquiries to Contract Specialist Michael J Wicht at Michael.Wicht@va.gov.
    e-RECYCLING DEMILITARIZATION/MUTILATION ASCONDITION OF SALE (DCOS/MCOS) SCRAP ELECTRONICS RESIDUE SALE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified firms to participate in the e-Recycling Demilitarization/Mutilation as a Condition of Sale for scrap electronics residue. This procurement involves a fixed-price contract for the processing and disposal of electronic scrap, with a minimum guaranteed quantity of 60 million pounds over a base period of 60 months, and potential options for additional quantities. The contract aims to ensure responsible management of electronic waste while adhering to national security and environmental regulations. Interested parties must submit their technical proposals by 3:00 p.m. EST on January 27, 2025, and may direct inquiries to Hannah Blattner at hannah.blattner@dla.mil or Edwin Moreland at Edwin.Moreland@dla.mil.
    DKI APCSS Refuse Removal Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified contractors to provide refuse removal services for the Daniel K. Inouye Asia Pacific Center for Security Studies (DKI APCSS) located in Honolulu, Hawaii. The contract requires the provision of a six-cubic yard dumpster for general waste, serviced biweekly, and a three-cubic yard recycling bin, serviced weekly, with an emphasis on maintaining service standards and compliance with environmental regulations. This procurement is crucial for ensuring efficient waste management practices at the facility, with the anticipated contract type being Firm Fixed Price for one base year and four optional renewals, starting April 1, 2025. Interested contractors must submit capability statements by February 19, 2025, and can direct inquiries to Courtney Taitt or Monica DeGroot at the provided email address.