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 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
    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
    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.
    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.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    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.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    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.
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for Hazardous Waste Treatment and Disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement involves comprehensive waste management, including the characterization, packaging, transportation, and disposal of various hazardous and non-hazardous waste streams, adhering to federal and state regulations. This contract is crucial for maintaining compliance with environmental standards and ensuring the safe disposal of waste generated by the medical facility. Interested parties must submit their proposals by December 18, 2025, at 12:00 PM NOON, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000, including options. For further inquiries, contact Morgan Stein at Morgan.Stein@va.gov.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.