The RFP Database
New business relationships start here

Nationwide MARFORRES Hazardous and nonHazardous Waste Disposal and Environmental Services.


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

All note that the solicitation number N40085-00-R-0001 is incorrect.  Please reference solicitation number N40085-20-R-0001.  All other information remain unchanged.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice.  There will not be a solicitation, specifications, or drawings available at this time.  This notice is a market research tool used for planning purposes only to determine the availability and capability of businesses.



Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.  Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.


A multi-year combination Firm-Fixed Price/Indefinite Quantity type, performance-based contract is anticipated.  The total contract term including the exercise of any options, shall not exceed 60 months.  Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government.  The Contractor shall provide all labor, management, supervision, tools, materials, transportation, and equipment required to perform environmental services and regulated waste collection and disposal at Marine Forces Reserve (MARFORRES) facilities located in 48 states (all states not including Alaska and Hawaii), Puerto Rico and the District of Columbia and at Navy Operational Support Centers and Navy installations within the Naval Facilities Engineering Command Mid-Atlantic Area of Responsibility including the following states: Connecticut, Delaware, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia, and Wisconsin).


 


General Work Requirements:


The contractor shall provide environmental services that include, but are not limited to:

•1.      Coordinate and schedule the collection and disposal of hazardous and non-hazardous, universal waste, potentially infectious medical wastes and sharps, used tires, scrap metal / bulk debris, and other regulated wastes

•2.      Provide and manage a customer accessible, web-based system for all disposal record, waste characterization information, disposal facility audits and related data and information.

•3.      Recycle, to the maximum extent possible, including (but not limited to): used oil, used anti-freeze, batteries and other recyclable waste materials

•4.      Perform on-site waste stream characterization, waste profiling, hazardous and other regulated waste compliance tracking, recordkeeping and reporting

•5.      Provide pollution prevention materials and equipment to government facilities

•6.      Perform sampling and laboratory analysis of waste materials, building components, drinking water, and environmental conditions in soil, wastewater and surface water.

•7.      Provide solvent and aqueous parts washer services

•8.      Provide oil water separator inspection, cleaning and pump out, maintenance and repair services

•9.      Perform petroleum storage tank inspections, cleaning, pump-out, maintenance and repair services

•10.  Perform radon facility testing, and maintenance and repair of radon ventilation mitigation systems.

•11.  Perform maintenance and repair of hazardous material and regulated waste facilities, storage lockers and equipment

•12.  Perform surveys of facilities for environmental contaminants, including lead paint, asbestos, mercury containing devices, PCB-containing electrical components, mold, low level radiological materials and historical record searches

•13.  Perform cleanup of environmental contaminant spills.


Typical regulated waste and hazardous materials managed under this contract includes but not limited to:

•1.         Used oil; and water contaminated with used oil

•2.         Waste fuels, gasoline, diesel, heating oil, and others

•3.         Used antifreeze/coolants and off spec coolants

•4.         used oil contaminated absorbents, filters and debris

•5.         waste oil and waste oil sludges

•6.         used absorbents and rags contaminated with oils and fuels

•7.         used lead acid batteries

•8.         magnesium batteries

•9.         lithium ion, metal hydride, manganese and sulfur dioxide batteries  

•10.     alkaline batteries

•11.     waste paint related materials in aerosol cans, caulk tubes, quart, gallon, waste paint, latex

•12.     contaminated coolants - ethylene and propylene glycol (oil, brake fluid, fuel)

•13.     bilge water (>95% water, containing oil, antifreeze, fuel contaminants) -  Galveston TX, Gulfport MS, Jacksonville FL, Norfolk VA, Tampa FL, Syracuse, NY and other facilities.

•14.     soil contaminated with fuels, petroleum and lubricants

•15.     medical potentially infectious waste, expired vaccines and medications, and used sharps

•16.     compressed gas cylinders, empty and containing: inert gases , oxidizers, refrigerants, fire extinguishers, and flammable gases, including over packed leaking cylinders

•17.     waste consumer products containing surfactants, oxidizers, corrosives, solvents, and others

•18.     corrosive acid and bases

•19.     off-specification and expired shelf-life oils, fuels, coolants and other products

•20.     used lamps, fluorescent, LED bulbs, and other universal wastes

•21.     lab packing small containers of paint related materials, consumer products, cleaners, and other materials, including labor effort and technician support


All Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation.  All qualified firms are encouraged to respond. The appropriate NAICS Code is 562211.


 


It is requested that interested parties submit a brief capabilities package not to exceed 10 pages. This capabilities package shall address, at a minimum the following:


(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the Federal and state environmental regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.

Size:  A multi-year environmental service contract with a yearly value of at least $650,000 or greater per year for recurring and non-recurring services combined. 

 

Scope:  Demonstrate the ability to provide multiple simultaneous service actions covering a wide variety of regulated waste disposal actions and environmental services (as defined in the General Work Requirements Section of this notice) with services delivered across a 48 State area or responsibility.  Service delivery is required in a responsive, efficient, and environmentally compliant manner.  Anticipated service response times for services are thirty (30) calendar days for routine services, 8-24 hours for spill response, and three (3) calendar days for expedited services.

 

Complexity:  Demonstrate the ability to effectively manage dozens of simultaneous work order requests across a wide geographical area for a wide variety of project complexities.  Work orders vary from routine disposal of regulated and hazardous wastes, delivering drums and supplies, sampling and analysis of wastes, and parts washer services, to more complex projects, including characterizing and lab-packing unknown wastes, and site waste cleanouts; testing, repair and maintenance of fuel storage tanks and oil water separators; performing oil and hazardous substance spill cleanup; performing environmental building surveys; maintaining and repairing hazardous material facilities; and sampling of drinking water systems  (as further defined in the General Work Requirements Section of this document).  Please demonstrate the ability to manage competing priorities in order to support customer demands.


 


(2) Company profile, to include number of offices and number and type of employees per office, annual receipts, office location(s), DUNS number, and CAGE Code.

(3) Please indicate if you are a Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.


 


 (4) Please identify the geographic area in which you can operate in an efficient, economical, and environmentally compliant manner.


 


(5) Provide a list and brief summary of any notices of violations, fines, or other significant regulatory non-compliance action that your firm (including your sub-contractors) received from a Federal or State Regulatory Agency within the past five years.


The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.


Responses to this Sources Sought Notice shall be mailed to the following address:

Commander,
NAVFAC Mid-Atlantic, Acquisition


Attn: Welton Thomas (Contracts - ACQ41)
9324 Virginia Avenue, Bldg. Z140, 2nd Floor, Suite 216
Norfolk, VA 23511



 


Responses must be received no later than 2:00 PM Eastern Standard Time on


October 24, 2019.  Electronic submission will be accepted.  Questions regarding this sources sought notice may be addressed to Welton Thomas at the above address and email at welton.thomas@navy.mil, or via telephone at (757) 341-0689.


 


Welton Thomas, Contract Specialist, Phone 7573410689, Email welton.thomas@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP