Camp Pendleton Antifreeze Recycling Services
ID: M0068125Q0050Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP PENDLETON, CA, 92055-5001, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

TECHNICAL REPRESENTATIVE- CHEMICALS AND CHEMICAL PRODUCTS (L068)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for antifreeze recycling services at Marine Corps Base Camp Pendleton in California. The primary objective of this procurement is to facilitate the recycling of used antifreeze from both tactical and non-tactical vehicles, ensuring compliance with environmental regulations while promoting sustainability and reducing hazardous waste. This Firm-Fixed-Price Indefinite Delivery Indefinite Quantity contract will span five years and includes key services such as onsite pickup of used antifreeze, delivery of recycled antifreeze, and provision of virgin antifreeze and collection drums. Interested parties can direct inquiries to Nathan Gervaise at nathan.gervaise@usmc.mil or by phone at 760-725-3614, with the solicitation details available in the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the Recycled Antifreeze Program at Marine Corps Base Camp Pendleton, managed by the Environmental Security Department. The program aims to recycle used antifreeze to reduce hazardous waste and comply with the Resource Conservation and Recovery Act (RCRA) and Executive Order 13693. The contractor will collect used antifreeze from various military units and provide recycled antifreeze that meets specific industry standards. The contract specifies collection, testing, recycling, and delivery protocols, requiring contractors to maintain strict adherence to hazardous waste regulations and state laws. The contractor is also responsible for providing necessary documentation, including permits and safety data sheets, ensuring compliance with environmental and safety standards. Finally, the SOW emphasizes the importance of performance management, quality control, and service reporting, highlighting a focus on environmental stewardship while minimizing costs associated with waste disposal and new antifreeze procurement. The overarching goal is to enable ongoing military operations while meeting environmental compliance requirements.
    This document outlines the Request for Proposal (RFP) M0068125Q0050 for the provision of antifreeze recycling services at Marine Corps Base (MCB) Camp Pendleton. The primary objective is to facilitate the recycling of used antifreeze from tactical and non-tactical vehicles, thereby complying with environmental regulations, reducing hazardous waste, and promoting sustainability. Key services include onsite pickup of used antifreeze, delivery of recycled antifreeze, and provision of virgin antifreeze and blue drums for collection. The contractor is responsible for adhering to federal and state environmental laws, ensuring proper transportation and disposal of hazardous waste. The contract encompasses multiple performance periods with specific deliverables, such as quarterly reports and service work orders. The contractor must maintain adequate personnel training and uphold stringent quality control standards. Compliance with the Service Contract Act regarding wage determinations is also mandated. Overall, this RFP signifies the military's commitment to environmental stewardship and cost-effective resource management.
    The solicitation M0068125Q0050 for Antifreeze Recycling Services clarifies that the current provider, Asbury Environmental Services, is under contract number M0068120D0003. Questions posed during the Q&A session on June 26, 2025, indicate that interested parties can seek additional information about the incumbent's contract through a Freedom of Information Act (FOIA) request, with instructions provided for submission. This document serves to address inquiries related to the requirement and does not necessitate any amendments to the solicitation. It emphasizes the importance of transparency and accessibility of information regarding federal contracts, especially for potential bidders looking to understand the competitive landscape. Overall, this solicitation highlights the government's approach to procurement and its ongoing efforts to ensure effective service delivery.
    Lifecycle
    Similar Opportunities
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, equipment, and supervision for the installation of new HVAC chiller units, including associated electrical components and chilled water piping, with a focus on compliance with the Buy American Act and specific construction standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, and a site visit scheduled for December 30, 2025. Interested contractors should contact Tony Benson at tony.d.benson1.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    CONDENSER,REFRIGERA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of refrigeration condensers. The procurement aims to secure a Repair Turnaround Time (RTAT) of 245 days for the specified equipment, which is critical for maintaining operational capabilities in various military applications. The solicitation encourages accelerated delivery and requires compliance with specific inspection and quality assurance standards, with all freight handled by the Navy. Interested contractors should submit their quotes, including unit price and RTAT, to Noah Kuntz at NOAH.R.KUNTZ2.CIV@US.NAVY.MIL or by telephone at 771-229-1871, with the expectation of a firm-fixed-price contract and potential options for increased quantities.
    43--PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of centrifugal pumps under the contract titled "43--PUMP,CENTRIFUGAL." This procurement aims to fulfill specific quality and design requirements for the pumps, which are critical components in various military applications. The solicitation window has been extended to January 16, 2026, and interested parties must submit their proposals via NECO or email to the primary contact, Nicole Diehl, at NICOLE.A.DIEHL.CIV@US.NAVY.MIL. The contract will be awarded based on compliance with specified requirements and quality assurance standards, with a focus on authorized distributors of the original manufacturer's items.
    PURIFIER,CENTRIFUGA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of a PURIFIER, CENTRIFUGA. The procurement aims to secure a qualified contractor capable of meeting specific repair turnaround time (RTAT) requirements of 400 days, with all repairs to be conducted in accordance with established quality standards and specifications. This equipment is critical for various naval operations, emphasizing the importance of timely and effective repair services to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, to Sophie E. Benson at SOPHIE.E.BENSON.CIV@US.NAVY.MIL or by phone at 717-605-6829, with the solicitation details available for review.
    Western Regional HW Incineration
    Dept Of Defense
    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.
    43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of distilled water pumps. The procurement aims to ensure that the repaired pumps meet operational and functional requirements as specified by the associated Cage Codes and reference numbers, adhering to strict quality assurance and inspection standards. These pumps are critical for various naval applications, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should contact Jessica Harpel at 215-697-2995 or via email at JESSICA.L.HARPEL2.CIV@US.NAVY.MIL for further details, with the contract type being Firm Fixed Price and specific requirements outlined in the solicitation documents.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka in Japan. The procurement involves comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, adhering to stringent environmental regulations and focusing on the management of hazardous materials, including Per- and Polyfluoroalkyl Substances (PFAS). This competitive, unrestricted contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a minimum guarantee of $9,000 and a maximum of $9,000,000, with the period of performance set from January 30, 2026, to January 29, 2027. Interested parties must submit their offers by December 22, 2025, and can reach out to primary contact Yukako Hishikura at yukako.hishikura.ln@us.navy.mil for further information.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.