Puerto Rico Hazardous Waste Disposal Contract
ID: SP450025R0003Type: 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, is soliciting 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 encompasses a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, and specific contaminants such as PFAS, while excluding infectious medical waste and radioactive materials. This procurement is critical for ensuring compliance with environmental regulations and maintaining operational readiness within military facilities 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.

    Files
    Title
    Posted
    The document outlines the procedures for contractors to obtain and manage Government-issued Common Access Cards (CACs) under a federal contract. Key steps include the completion of specific forms, DLA Form DH 1728 and DoD Form 1172-2, to verify contractor employees' eligibility for CACs. Contractors must ensure that CACs are used strictly for contract-related work, are securely stored, and are returned upon contract completion or employee termination. Monthly reporting of CAC issuance and compliance is mandatory, detailing the status of CACs and their expiration dates. Failure to comply with these security measures can lead to severe consequences, such as work stoppage and payment delays. The document emphasizes the importance of safeguarding CACs as part of Department of Defense security protocols, ensuring contractor accountability throughout the contract duration. Overall, it serves as a comprehensive guide to managing CAC issuance and compliance in the context of government contracts and security requirements.
    The Puerto Rico Hazardous Waste Disposal Contract outlines procedures for the removal, transportation, and disposal of various hazardous waste types from military installations. Key phases include Pre-Removal, Removal, and Post-Removal, with specific criteria for selecting Contract Line Item Numbers (CLINs) based on waste profiles regulated under the Resource Conservation and Recovery Act (RCRA). The Contractor is responsible for ensuring compliance with environmental regulations, proper documentation, and the use of qualified facilities for waste treatment and disposal. The contract stipulates detailed requirements for packaging, labeling, and shipping hazardous materials, emphasizing safety protocols for spills and contamination. The minimum standard removal time is set at 21 business days for both containerized and bulk waste. Contractors must maintain certifications and provide trained personnel for handling hazardous materials. The contract further defines responsibilities related to spills, containment procedures, and necessary permits, ensuring adherence to local, state, and federal regulations applicable to hazardous waste management. Overall, this document serves as a comprehensive guide for firms engaging in hazardous waste disposal services on behalf of the federal government, focusing on regulatory compliance and safe waste management practices in Puerto Rico.
    The document outlines the evaluation criteria for proposals submitted in response to a federal Request for Proposal (RFP), SP450025R0003, focusing on a Best Value source selection method. It specifies the importance of non-price factors, particularly past performance, which is assessed through a Performance Confidence Assessment, while small business participation is also considered. Price evaluation includes a calculation involving the total price for both the base requirements and any options, with an additional percentage for future service extensions if applicable. The significance of past performance assessment hinges on its relevance to the current solicitation, with ratings assigned on an adjectival scale. Small Business Subcontracting Plans are evaluated for compliance with regulatory requirements, mandating successful negotiation for award eligibility. Moreover, the document indicates that not all offerors may be evaluated based on past performance; instead, initial price evaluations could determine which proposals are assessed further based on competitiveness. The evaluation process thus aims for efficiency while ensuring a comprehensive review of essential factors. This RFP framework aims to facilitate competitive bidding while prioritizing performance quality and price reasonableness in government contracting.
    The document is a draft revision of DLA Form 2505, primarily focused on the proper invoicing and documentation procedures related to the disposal of hazardous materials under federal contracts. It outlines the necessary fields to be completed for each invoice related to waste management, including identification of line items, documentation numbers, hazardous item numbers, quantities disposed of, and details regarding interim and final disposal facilities. The form specifies requirements for certification concerning accurate reporting of disposal data, particularly in instances involving foreign contracts or contracts requiring certificates of destruction or recycling. Key instructions emphasize the distinction between U.S. and foreign contracts and outline completion processes for specified columns based on contract stipulations. This form ensures that all hazardous waste disposal activities are accurately recorded and comply with relevant federal regulations, essential for accountability and environmental safety in government contracting processes.
    The document appears to be a compilation of federal and state/local RFPs (Requests for Proposals) and grants. While the text contains substantial corrupted data, the overall context suggests it pertains to various funding opportunities for projects that align with governmental objectives. Key elements reflect standard practices in RFP processes, including eligibility requirements, the scope of funded projects, and criteria for evaluating proposals. The document would typically outline the application procedures, deadlines, and necessary documentation for prospective applicants. A distinct emphasis on compliance with regulations is expected, which is crucial for securing federal grants and awards. By distilling necessary information for applicants, such documents serve as a bridge between government entities and potential contractors, ensuring that projects are executed within legal and operational parameters. Ultimately, the main purpose of this collection is to inform and enable stakeholders to access and effectively respond to available funding opportunities, contributing to various public projects and initiatives that benefit communities and address local or national issues. Given the fragmented nature and corruption in the text, some specific details are not retrievable, but the general context remains relevant to public funding and project initiation.
    The provided document outlines a comprehensive pricing schedule for various hazardous waste management services and materials in Puerto Rico. It details multiple CLINs (Contract Line Item Numbers) for the removal and analysis of hazardous waste contaminants, including types of hazardous waste such as organic solvents, acids, and batteries, as well as services for sampling, testing, and reporting of waste characteristics in compliance with EPA guidelines. Specific tasks outlined include the rental of roll-off boxes, laboratory packing, overpacking of smaller containers, military item disposal, and various types of container provisions for both hazardous and non-hazardous materials. The document emphasizes adherence to safety and disposal regulations, ensuring proper management of potentially harmful substances. The purpose is to solicit proposals from qualified contractors for effective waste management while ensuring compliance with environmental standards. This indicates a broader goal of safeguarding public health and the environment while managing federal and state resources efficiently through regulated waste disposal practices.
    The document outlines the service and pickup locations for various military installations and government facilities in Puerto Rico. It presents a comprehensive table detailing the names, addresses, cities, states, zip codes, and EPA identification numbers for each generator site. The locations include armories, readiness centers, naval bases, and training sites throughout Puerto Rico, catering to military and civil operations. Each entry also includes a point of contact, phone numbers, and email addresses for coordination. This data is essential for logistical planning and compliance with environmental regulations. The purpose of the document aligns with federal government initiatives regarding service contracts, ensuring proper management of hazardous waste and operational efficiency across military sites in the region.
    The document is a Past Performance Information (PPI) Questionnaire aimed at assessing an offeror's performance for a solicitation by DLA Disposition Services. The offeror must complete initial sections, providing details such as firm name, address, DUNS number, and the solicitation for which they are applying. The questionnaire solicits feedback from references about the offeror's past contract performance, requiring them to evaluate various aspects using an adjectival rating scale ranging from "Exceptional" to "Unsatisfactory." Key categories include quality of product/service, adherence to schedules, management effectiveness, and regulatory compliance. Each category prompts the reference to cite specific instances where the contractor met or failed to meet contractual obligations. The document emphasizes the importance of timely submission and thorough evaluation to aid the government's selection process for contractors, ensuring compliance with FAR regulations regarding source selection sensitivity. Overall, this questionnaire serves as a critical tool in the procurement process by collecting valuable performance data to inform decision-making in awarding federal contracts.
    The document outlines the additional contract terms and conditions for solicitation SP450025R0003, focusing on federal acquisition regulations and clauses relevant for bidders. It indicates that various clauses from the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) are incorporated by reference, thus forming part of the contract. Key provisions include regulations regarding contractor personnel verification, restrictions on contracting with certain entities, and guidelines for small business subcontracting. The document also details ordering procedures, payment conditions, and specific compliance requirements related to cybersecurity and anti-trafficking measures. By defining the obligations and expectations for contractors, this solicitation ensures adherence to federal guidelines and promotes integrity in procurement processes. This summary captures the essence of the RFP's conditions while emphasizing compliance with federal acquisition policies.
    The document outlines additional contract terms and conditions related to solicitation SP450025R0003 within the federal government acquisition framework. It incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, which establish the obligations and legal framework for contractors engaging with the government. Key clauses include provisions on gratuities, personal identity verification, safeguarding information systems, and prohibitions against contracting with entities involved in certain activities (e.g., utilizing products from specific companies such as Kaspersky Lab). It also emphasizes the significance of small business participation, with guidelines on subcontracting and payment terms. Notably, the document provides details on ordering processes, including minimum and maximum order limitations, as well as the conditions under which contract terms may be extended. The incorporated provisions are vital for ensuring compliance, protecting governmental interests, and maintaining ethical standards in contracting. Overall, the document serves as a comprehensive reference for contractors, ensuring they understand the regulatory requirements and business practices expected when responding to this solicitation and performing under the awarded contract. The emphasis on compliance and sustaining an ethical contracting environment is apparent throughout the stipulated clauses.
    The Contractor Work Surveillance Checklist outlines the key requirements for monitoring Industrial Cleaning Services (ICS) under specified contract lines. It serves to ensure compliance with safety and operational protocols during the surveillance of work performed by contractors. Key points include verifying crew arrival times, equipment readiness, and operational capabilities of specialized equipment such as vacuum trucks and power washing units. Inspectors must check that equipment is clean, appropriate for the tasks, and that the vacuum truck has a valid weight ticket and is inspected before use. The contractor's performance is evaluated based on the satisfactory completion of work as per the designated Government representative's standards. This checklist is integral for maintaining safety and compliance during industrial cleaning tasks as stipulated in federal and state RFPs.
    The Contractor Work Surveillance Checklist outlines the protocols and evaluation criteria for inspecting the placement or removal of rented rolloff boxes (ROB) or vacuum boxes. This checklist must be filled out by a designated government representative during the scheduled work surveillance dates, noting the start and stop times, contract and task order numbers, and the representative's contact information. Key components of the checklist include verifying the contractor's timely arrival, the presence of necessary equipment (including appropriate container size and protective covers), and assessing the condition of the container upon delivery. The document emphasizes the importance of ensuring that the container is free of damage and meets government standards. Additionally, the checklist prompts the representative to comment on the safety and operational efficiency of the equipment and work performed. Lastly, signatures are required to confirm the completion of the evaluation, making it a critical tool for maintaining accountability and ensuring compliance in government contracts related to waste management and equipment usage.
    The document SP450025R0003 outlines the submission guidelines for proposals related to hazardous waste disposal by DLA Disposition Services. Proposals must be submitted electronically via email in specific formats, including Microsoft Office files and PDFs, with strict adherence to maximum size limits. Each submission must be organized into three volumes: Volume I (Proposal Certifications and Price Schedule), Volume II (Past Performance Information), and Volume III (Small Business Subcontracting Plan). The document emphasizes the importance of clear pricing, with specific rules against multiple prices per contract line item. Offerors must provide past performance data from up to three relevant contracts, detailing performance history and contacts, to be evaluated as part of the selection process. Small businesses are required to submit a subcontracting plan if they are not small business entities. There are specific provisions regarding the timing and method of proposal submission, including dealing with late submissions and ensuring virus-free documents. The document clarifies that prices must remain firm for 90 days following submission, aligning with standard practices for government RFPs. Overall, it serves to guide potential contractors on how to submit compliant and competitive bids for government contracts in hazardous waste disposal.
    The document outlines the submission requirements for proposal SP450025R0003 related to hazardous waste disposal services by DLA Disposition Services. It mandates electronic submission of proposals via email, stipulating acceptable formats and limitations on file sizes. Proposals must be organized into three volumes: Volume I includes certifications and price schedules; Volume II addresses past performance information; and Volume III presents a small business subcontracting plan. Offerors must adhere to specific content guidelines for each volume, ensuring clarity and relevance. There are also strict instructions for pricing, requiring single unit pricing without ranges, as well as rounding protocols. Past performance submissions must cover up to three relevant contracts and adhere to detailed evaluation criteria, including responses from identified references. Additionally, for non-small businesses, a subcontracting plan is necessary. Proposals must remain valid for 90 days post-submission. The guidance emphasizes the importance of virus-free submissions and direct communication with the primary contact for any proposal-related inquiries. Adhering to these guidelines is critical to ensure proposals are considered and evaluated.
    The Combined Synopsis/Solicitation SP450025R0003 seeks proposals for the removal, transportation, and disposal of various hazardous and non-hazardous wastes, including RCRA hazardous wastes and PFAS, from military installations and specific pickup locations. The contract does not cover infectious medical waste or radioactive materials. It is framed as a Full and Open requirement under NAICS code 562211 and adheres to federal regulations outlined in FAR 12.603. The contract period is anticipated to be 30 months from May 22, 2025, to November 21, 2027, with an option for an additional 30-month extension. Offerors are required to submit their proposals by April 21, 2025, and are advised to include past performance information and certifications as specified in the solicitation. The government intends to evaluate offers based on best price and technical capability, with a reservation of rights for possible discussions post-offer submission if deemed necessary. Several attachments accompany the solicitation, providing further details about performance expectations, pricing, pickup locations, and contract conditions. The solicitation aims to ensure effective waste management practices within stipulated regulatory frameworks, supporting military operational readiness and environmental compliance.
    The document outlines a detailed request for items and quantities specified under the federal government solicitation SP450020D0010. It lists various Hardware Item Numbers (HINs), item quantities requested across multiple entries, including different unit measures such as each (EA) and pounds (LB). The data captures a diverse range of supplies needed for various purposes, indicating a comprehensive procurement strategy which aims to support operations across different governmental departments or agencies. The extensive list includes numerous entries of individual items and quantities, reflecting careful planning in resource allocation. The request showcases the government's commitment to maintaining adequate inventory levels and operational readiness by specifying exact needs. Each entry is meticulously recorded to ensure accuracy and facilitate future procurement or inventory management processes. This document serves as a crucial foundation for fulfilling essential supply chain needs within federal operations, ensuring compliance with governmental standards in procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Scrap Disposal - Guam
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for a contract focused on scrap disposal operations in Guam. The selected contractor will be responsible for providing comprehensive services including scrap removal, demilitarization, mutilation, de-manufacturing, disposal, and recycling of various materials, ensuring compliance with environmental regulations and safety standards. This contract is particularly significant as it supports military installations in the Santa Rita region and may involve additional pickup locations as designated by the contracting officer. Proposals are due by 3:00 PM EST on January 15, 2026, and interested parties should direct their submissions and inquiries to Bradley Moehlig and Michael Mamaty via email.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Subsistence Prime Vendor support to serve military and federally funded customers in Puerto Rico. The contract will require a full-line food distributor to supply and deliver a variety of perishable and semi-perishable food items, including chilled products, frozen meats, dairy, fresh produce, and beverages, to various military facilities and operations throughout the region. This procurement is crucial for ensuring the availability of essential food supplies to support military readiness and operations. Interested vendors must submit their proposals via the DLA Internet Bid Boards System (DIBBS) by January 12, 2026, at 3:00 PM Philadelphia Time, with an estimated contract value of $32 million and a maximum potential value of $48 million. For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matthew Ligato at MATTHEW.LIGATO@DLA.MIL.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Dept Of Defense
    The Defense Logistics Agency (DLA) is preparing to solicit offers for Subsistence Prime Vendor support for military and federally funded customers in Puerto Rico, with a solicitation expected to be issued in December 2025. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the Prime Vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and visiting U.S. Navy ships in the region. This procurement is crucial for ensuring that authorized DLA customers receive timely and adequate food supplies during military operations and training exercises. Interested vendors should note that the estimated contract value is $32 million, with a maximum potential value of $48 million, and they can find the Request for Proposal (RFP) SPE300-25-R-0015 on the DLA Internet Bid Boards System (DIBBS). For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matt Ligato at matthew.ligato@dla.mil.
    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.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting bids for the cleanup of the Harrisburg site in Pennsylvania, focusing on debris removal and mutilation services. The contractor will be responsible for the systematic removal, shredding, and disposal of scrap metal and other debris, with the goal of restoring the site to its original condition within three months of contract award. This project is critical for ensuring compliance with environmental regulations and proper disposal of materials, with all work to be conducted within a 50-mile radius of the DLA Susquehanna site. Interested small businesses must submit their quotes by 1:00 p.m. EST on the specified deadline, and can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further information.