Dugway Proving Ground Environmental Support / Central Hazardous Waste Services

SOL #: W911S626RA001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-DUGWAY PROV GRD
DUGWAY, UT, 84022-5000, United States

Place of Performance

Dugway, UT

NAICS

Hazardous Waste Collection (562112)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 23, 2026
2
Submission Deadline
May 26, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Mission and Installation Contracting Command (MICC) - Dugway Proving Ground (DPG) is soliciting proposals for Environmental Support Services / Central Hazardous Waste Services at Dugway Proving Ground, UT. This requirement is for comprehensive environmental support, including hazardous waste management and regulatory compliance. This is a 100% Total Small Business Set-Aside utilizing commercial and negotiated procedures. Proposals are due by 10:00 AM MDT on Tuesday, 26 May 2026.

Scope of Work

The contractor shall provide all personnel, equipment, and resources necessary for comprehensive environmental support. This includes operating the DPG Central Hazardous Waste Storage Facility (CHWSF) and managing hazardous, non-regulated, and decontaminated chemical agent-related waste streams. Key services involve ensuring regulatory compliance with DPG's RCRA Part B Permit, Clean Air Act (CAA) Title V Permit, and English Village Landfill Permit.

Core tasks include:

  • CHWSF, Solid Waste Management Unit (SWMU), and Hazardous Waste Management Unit (HWMU) operations and inspections.
  • RCRA and CAA Technical Management and regulatory reporting.
  • Groundwater Monitoring, sampling, data validation, and reporting across four Groundwater Management Areas (GMAs).
  • Underground Storage Tank (UST) and Toxic Substances Control Act (TSCA) compliance support, including management of 13 regulated USTs.
  • Formal and informal hazardous waste generator training for DPG, tenant, and contractor personnel.
  • Management of 90-day storage sites, PCBs, container management, manifest generation, and off-site waste transportation/disposal.

Contract Details

  • Contract Type: Single-Award, Firm-Fixed-Price (FFP).
  • Period of Performance: A 1-month phase-in period, an 11-month base period, and four (4) 12-month option periods, totaling a maximum of 66 months.
  • NAICS Code: 562112 (Hazardous Waste Collection) with a size standard of $47.0 Million.
  • Set-Aside: 100% Total Small Business Set-Aside.

Key Requirements & Compliance

Offerors must comply with significant cybersecurity requirements, including having a current NIST SP 800-171 Assessment score posted in the Supplier Performance Risk System (SPRS) and meeting Cybersecurity Maturity Model Certification (CMMC) requirements prior to award, due to handling Controlled Unclassified Information (CUI).

Additional mandatory requirements include:

  • Antiterrorism/Operations Security (AT/OPSEC): AT Level I training, iWATCH training, OPSEC awareness, and for some roles, specific IA/IT training and certifications (DoD 8570.01-M).
  • Safety & Health: Development of a Safety and Health Plan and potentially an Accident Prevention Plan (APP). Compliance with OSHA standards and DPG's hazardous materials management program (EESOH-MIS).
  • Site Operations: Work is performed at the remote Dugway Proving Ground, UT, which operates on a four-day work week (Mon-Thu, 0700-1730). Limited cellular service (AT&T only) is noted.

Submission & Evaluation

Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection methodology. Evaluation factors include Mission Capability, Past Performance, and Price. Mission Capability and Past Performance will be rated Acceptable/Unacceptable, with award going to the technically acceptable offeror with the lowest evaluated price. Bidders must use the provided Price Proposal Spreadsheet (Attachment 1) and Past Performance References form (Attachment 2).

Important Dates

Attachments

Key attachments include the Solicitation (W911S626RA001), Performance Work Statement (PWS), Price Proposal Spreadsheet, Past Performance References, Past Performance Questionnaire (PPQ), DoL Wage Determination, Technical Exhibits (Facilities Map, 90-Day Sites, Training Matrix, Groundwater Wells, UST Asset List), ATOPSEC Requirements, and Local Site Information.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 23, 2026
Dugway Proving Ground Environmental Support / Central Hazardous Waste Services | GovScope