Search Contract Opportunities

Sierra-Bridgeport Hazardous Waste Removal and Disposal   2

ID: SP4500-24-BE173 • Type: Sources Sought

Description

The intent of this Sources Sought is to identify businesses interested in work that will consist of the removal, transportation, and disposal of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS) located on or around military installations or within a 50-mile radius of any pickup location listed on the Pickup Locations Table (Attachment 3).

The Contractor agrees to provide all services necessary for the transportation, final treatment, disposal, and/or recycling of the items listed in the schedule in accordance with (IAW) all local, state, and federal laws and regulations, and the terms and conditions of this contract. These services shall include all necessary personnel, including applicable Subcontractors, labor, transportation, equipment, and the compilation and submission of all documentation required by this contract. All items, regardless of the condition, are being discarded by the Government and will require recycling or disposal as identified via the ordered Contract Line-Item Number (CLIN).

The U.S. Government intends to solicit and award a Firm-Fixed Priced (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), type contract. The contract is anticipated to have a 30-month base period and one 30-month option period. The North American Industry Classification Standard (NAICS) Code is 562211 (Hazardous Waste Treatment and Disposal). The size standard of this NAICS code is $47.00. There is no solicitation available at this time; however, attached is a DRAFT Performance Work Statement (PWS) that firms responding to this Sources Sought should use to help determine if they would be able to meet the needs of this contract. Contractors are reminded that this is a NOT a request for proposals. There is no solicitation available at this time. A solicitation will be posted at a future date here on SAM.gov.

SUBMISSION REQUIREMENTS: Interested firms must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, at a minimum, the following:

(1) Company Profile to include number of employees, office location(s), CAGE Code, and a statement identifying any applicable small business category and current status of any applicable small business classification.

(2) Relevant Experience within the last five years, including contract number(s), Government/Agency or firm point of contact (POC), and current telephone number for the POC. Identify if you were a subcontractor and the work you actually performed as the sub-contractor.

(3) A listing of TSDFs your firm would use during the performance of this contract.

Company sales brochures or marketing packages will not be considered.

A response to this Sources Sought will not be considered an adequate response to any forthcoming solicitation announcement. The U.S. Government WILL NOT provide a debriefing on the results of the survey. No reimbursement will be made for any costs associated with providing information in response to this "Sources Sought" notice or any follow-up information requests. All information submitted will be held in a confidential manner and will only be used for the purpose intended.

The submittal package must be received no later than 5:00 p.m. EST on 12 SEPT 2024.

Submissions shall be emailed to james.mayotte@dla.mil and hazardouscontractswest@dla.mil with SOURCES SOUGHT SIERRA-BRIDGEPORT in the subject line of the email.

Background
The U.S. Government is seeking to identify businesses interested in providing services for the removal, transportation, and disposal of various types of hazardous wastes, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS).

The work will be conducted on or around military installations or within a 50-mile radius of designated pickup locations. The goal of this contract is to ensure compliance with all local, state, and federal laws and regulations regarding hazardous waste management.

Work Details
The contractor will provide comprehensive services necessary for the transportation, treatment, disposal, and recycling of hazardous waste. Key tasks include:
1. Pre-Removal Phase:
- Selection criteria for Contract Line-Item Numbers (CLINs) based on waste type.
- Compliance with permit/special requirements including obtaining necessary licenses and permits.
- Ensuring proper packaging, marking, labeling, and placarding of waste.

2. Removal Phase:
- Segregation of hazardous waste according to EPA compatibility standards.
- Loading and weighing of items prior to transport using calibrated scales.
- Spill responsibility including maintaining spill kits and reporting spills immediately.

3. Post-Removal Phase:
- Submission of shipping documentation including manifests for tracking purposes.

4. Disposal/Recycling:
- Provision of Certificates of Disposal or Destruction as required by specific CLINs.

5. Management Services:
- Rental equipment management including roll-off boxes and vacuum trucks.

6. Compliance with all safety regulations during the handling and transportation of hazardous materials.

Period of Performance
The contract will have a base period of 30 months with an option for an additional 30-month period.

Place of Performance
Services will be performed at military installations or within a 50-mile radius of designated pickup locations.

Overview

Response Deadline
Aug. 26, 2024, 5:00 p.m. EDT (original: Sept. 12, 2024, 5:00 p.m. EDT) Past Due
Posted
Aug. 12, 2024, 2:14 p.m. EDT (updated: Aug. 13, 2024, 9:06 a.m. EDT)
Set Aside
None
Place of Performance
Bridgeport, CA United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
24%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
53% of similar contracts within the Defense Logistics Agency had a set-aside.
On 8/12/24 DLA Disposition Services issued Sources Sought SP4500-24-BE173 for Sierra-Bridgeport Hazardous Waste Removal and Disposal due 8/26/24. The opportunity was issued full & open with NAICS 562211 and PSC S222.
Primary Contact
Name
James Mayotte   Profile
Phone
(269) 961-4450

Secondary Contact

Name
Erik Rundquist   Profile
Phone
(269) 961-4891

Documents

Posted documents for Sources Sought SP4500-24-BE173

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought SP4500-24-BE173

Incumbent or Similar Awards

Contracts Similar to Sources Sought SP4500-24-BE173

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought SP4500-24-BE173

Similar Active Opportunities

Open contract opportunities similar to Sources Sought SP4500-24-BE173

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA DISPOSITION SERVICES > DLA DISPOSTION SERVICE - EBS
FPDS Organization Code
97AS-SP4500
Source Organization Code
500045727
Last Updated
Sept. 11, 2024
Last Updated By
erik.rundquist@dla.mil
Archive Date
Sept. 10, 2024