Hazardous Waste
ID: 1232SA5Q0277-BType: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Hazardous Waste Collection (562112)

PSC

HAZARDOUS MATERIAL SPILL CONTAINMENT AND CLEAN-UP EQUIPMENT AND MATERIAL (4235)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking contractors to provide hazardous waste management services at its facility in Orono, Maine. The procurement involves the removal, disposal, and management of hazardous waste, including RCRA-regulated and non-RCRA materials, with an emphasis on compliance with federal, state, and local regulations. This initiative is crucial for ensuring environmental safety and responsible waste management practices within government operations. Proposals are due by August 4, 2025, at 9:00 AM PST/PDT, and interested parties should contact Elizabeth Wilson at elizabeth.wilson2@usda.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Terms and Conditions associated with federal purchase orders for commercial items, emphasizing compliance with Federal Acquisition Regulation (FAR) clauses and agency-specific requirements. It encompasses various clauses related to contract execution, including definitions, ordering procedures, prohibitions against the use of covered telecommunications equipment, and supplier obligations under the Federal Acquisition Supply Chain Security Act (FASCSA). The FASCSA orders prohibit contractors from using covered products or services linked to specific sources and mandate thorough inquiries and reporting of such instances. Furthermore, the document incorporates clauses that ensure adherence to legal standards, such as those related to whistleblower protections, equal opportunity provisions, and environmental considerations. There are specific instructions on payment terms, including provisions for accelerated payments to small business subcontractors. The overarching aim is to ensure transparency, integrity, and security in the procurement process across federal, state, and local levels, facilitating responsible contracting that meets legal and ethical standards. Companies engaging with the government must remain vigilant in their compliance efforts to maintain eligibility for federal contracts.
    The Orono Haz Waste BPA outlines an IDIQ contract for the removal and disposal of hazardous waste at the USDA Agricultural Research Service facility in Orono, Maine. The project includes the categorization, packaging, and transport of RCRA-regulated and non-RCRA waste, such as laboratory chemicals and contaminated materials. The contractor must ensure compliance with all relevant federal, state, and local regulations, provide necessary personnel, equipment, and perform waste packaging and transportation duties. Key obligations for the contractor include reporting spills, providing emergency response plans, and conducting training to meet safety and regulatory standards such as OSHA and DOT guidelines. Waste must be segregated, packaged, and labeled according to strict regulations, and the contractor is responsible for disposal at licensed facilities. The document also emphasizes the importance of recycling and describes the requirement for formal documentation such as certificates of disposal and recycling. The performance period ranges from August 1, 2025, through July 31, 2030, including options for extended years. This document reflects the federal commitment to environmental safety and compliance within its operations, ensuring hazardous wastes are managed responsibly throughout the process.
    The document appears to be a corrupted or improperly encoded file, which significantly limits the possibility of extracting meaningful content or identifying coherent topics, ideas, or structure related to government RFPs, federal grants, or state/local projects. Instead of complete sentences or organized information, the text is filled with unrecognizable characters or sequences, suggesting it may not retain useful information pertaining to the expected content of government-related documents. Due to the lack of readable content, it is impossible to summarize specific topics, key ideas, or supporting details that would typically characterize government proposals or funding grants. A more in-depth analysis is not feasible as the parsing reveals no structured information or discernible subjects. In conclusion, without a clear and intelligible document, we cannot establish its main purpose or extract any key points relevant to federal or local RFPs, grants, or initiatives. Further investigation into the source of the file or obtaining an original, uncorrupted version would be essential for proper analysis and summarization.
    Lifecycle
    Title
    Type
    Hazardous Waste
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Hazardous Waste Testing
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide hazardous waste testing, packaging, and transportation services for various installations on the Island of Oahu, Hawaii. The contractor will be responsible for sampling, testing, packaging, and transporting hazardous waste in compliance with OSHA, EPA, DOT, and local regulations, requiring a qualified Project Manager with HAZWOPER and RCRA certifications. This procurement is critical for ensuring environmental safety and compliance, with the contractor liable for all costs associated with environmental non-compliance and cleanup. Interested firms must submit their capability statements to Travis Tonini at travis.c.tonini.civ@army.mil by December 9, 2025, at 10:00 am Hawaii Standard Time to express their intent to bid on this opportunity.
    S205--Waste and Recycling Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Southeast Regional HW Incineration
    Buyer not available
    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.
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.
    Waste Removal Services
    Buyer not available
    The U.S. Embassy in Oslo, Norway, is seeking qualified vendors to provide waste removal services for the Embassy Compound and the Deputy Chief of Mission residence. The procurement involves a firm-fixed-price contract with an Indefinite-Delivery Indefinite-Quantity (IDIQ) structure, consisting of a one-year base period and three optional one-year extensions. This service is crucial for maintaining the cleanliness and environmental standards of the Embassy facilities. Quotations must be submitted electronically in English by January 20, 2026, at 16:00 local time, and interested contractors should ensure they are registered in the SAM database prior to submission. For further inquiries, vendors may contact Caroline E. Harley at HarleyCE3@state.gov or Johanna Dawson at OsloGSOBids@state.gov.
    Other than Full and Open Competition_Integrated Waste Management
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.