Skip to main content

An official website of the United States government

You have 2 new alerts

Firm Fixed-Price, Single Award Task Order Contract (SATOC) 8(a) Set-Aside Indefinite Delivery Contract (IDC) for Hazardous Waste Operations and Spill Support Services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: May 04, 2023 04:37 pm CDT
  • Original Date Offers Due: Jun 05, 2023 01:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562112 - Hazardous Waste Collection
  • Place of Performance:

Description

Title: Firm Fixed-Price, Single Award Task Order Contract (SATOC) 8(a) Set-Aside Competitive Indefinite Delivery Contract (IDC) for Hazardous Waste Operations and Spill Support Services for Projects Within the Geographic Boundaries of the Southwestern Division (SWD) and Projects Assigned to the Southwestern Division, Primarily Located at Fort Bliss, Texas, and New Mexico in accordance with UAI Subpart 5107.102-100 and ER 5-1-10. The Tulsa District, U.S. Army Corps of Engineers is issuing Solicitation #W912BV-23-R-0012 for a Firm Fixed-Price, Single Award Task Order Contract (SATOC) 8(a) Set-Aside Indefinite Delivery Contract (IDC) for the procurement of Hazardous Waste Operations and Spill Support Services in accordance with UAI Subpart 5107.102-100 and ER 5-1-10. This requirement is to provide Hazardous Waste Operations and Spill Support Services, and related services that may include, but not be limited to, full time on-site support services associated with management and operation of Hazardous Waste Management Storage Facilities on behalf of Department of Defense (DoD) components, performance of hazardous, regulated, and universal waste pick-up and services, spill cleanup and remediation, waste minimization operations, monitoring and evaluation of installation environmental performance, environmental training services, and qualified recycling program support, for projects assigned to the SWD of the USACE. Wage Determinations will be incorporated with each task order, if required. This will be a performance-based procurement. Scope specifics will be defined/detailed and monitored under each task order. The IDC will be for a base period of performance of three (3) years and one option period of two (2) years for a total of five (5) years. The North American Industrial Classification System (NAICS) Code is 562112 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $47 million dollars. The solicitation is issued via Internet only on the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite (https://piee.eb.mil). Offeror?s wishing to propose on this requirement are required to submit separate Technical (Volume I) and Pricing (Volume II) proposals as outlined in the RFP. Technical and Price proposals shall be submitted in accordance with the Instructions to Offerors (ITOs) included in the RFP. Notification of amendments shall be made via the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite (https://piee.eb.mil). Please submit your proposal through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite in the quantities and formats specified in the RFP, and a cover letter signed by an individual authorized to commit your firm, no later than 3:00 p.m. (CDT), June 6, 2023 (email submission is NOT authorized). Please reference your firm?s name, solicitation number and title of the project on your proposal documents. All proposals received by the official due date/time above will be considered to be submitted timely in response to the RFP. Any questions regarding this RFP should be submitted via Bidders Inquiry System. Please reference the section entitled ?Bidders Inquiry Information Section? in the RFP for instructions regarding the Bidders Inquiry System. All question submissions are due no later than ten (10) calendar days prior to the due date of proposals as identified in the ?Bidder?s Inquiry Information Section?. If you have any general questions, please contact the Contract Specialist, Ms. Sharon Newsome, at 918-669-7457, or via email Sharon.D.Newsome@usace.army.mil.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 2488 E 81ST STREET
  • TULSA , OK 74137-4290
  • USA

Primary Point of Contact

Secondary Point of Contact

History