Hazardous Chemical Waste Disposal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of the Army, Louisville District, is seeking proposals for Hazardous Chemical Waste Disposal services at its headquarters in the Romano Mazzoli Federal Building, Louisville, KY. The contractor will be responsible for the proper disposal of various hazardous chemicals listed in Appendix A. This is an unrestricted, full and open competition solicitation, with quotes due by April 17, 2026, at 11:00 AM Eastern Time.
Scope of Work
The selected contractor will coordinate with the Government to pick up all specified chemicals from the Louisville District headquarters. The contractor must provide all necessary supplies, equipment, and personnel safety equipment for transportation and disposal. All work, including pickup and disposal, must be completed by June 1, 2026.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted / Full and Open Competition
- Product Service Code: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support)
- NAICS Code: 562211 (Hazardous Waste Treatment and Disposal)
- Place of Performance: 600 Martin Luther King Jr. Place, Louisville, KY 40202
- Response Date: April 17, 2026, 11:00 AM ET
- Work Completion Date: June 1, 2026
- Published Date: April 2, 2026
Submission & Evaluation
Quotes must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Offerors must complete their Representations and Certifications and include a unit price for all items listed in Appendix A; failure to do so may result in rejection. The contract award will be based on the lowest total price.
Special Requirements
- PIEE Submission: Mandatory electronic submission via PIEE. Bidders must register in PIEE and have an active SAM registration with a CAGE code.
- Wage Determinations: Compliance with Wage Determination Number 2015-4717, Revision No.: 31 (dated 12/03/2025) for specific occupations and geographic areas (Indiana Counties of Clark, Floyd, Harrison; Kentucky Counties of Bullitt, Henry, Jefferson, Oldham, Shelby, Spencer) is required under the Service Contract Act.
- Security: Contract personnel must comply with Antiterrorism (AT) and Operations Security (OPSEC) training, physical security, access control procedures, and suspicious activity reporting. Background investigations are required for access.
- E-Verify: Compliance with FAR clause 52.222-54 for employment eligibility verification.
- CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required for contractor information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- SAM Registration: Contractors must be registered in SAM.gov prior to proposal submission.
Contact Information
- Primary Contact: Joel Huberman
- Email: joel.huberman@usace.army.mil
- Phone: 502-315-7409