Hazardous Waste Removal
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 USDA Agricultural Research Service (ARS) is soliciting proposals for Hazardous Waste Removal services at the Oklahoma Central Plains Agricultural Research Center (OCPARC) in El Reno, OK. This is a Total Small Business Set-Aside for a one-time, Firm Fixed-Price contract. Quotes are due March 13, 2026, at 2:00 PM PT.
Scope of Work
The contractor shall provide all labor, materials, equipment, transportation, tools, supervision, and supplies for the pickup, transport, and disposal of hazardous wastes from OCPARC. Services include labeling, analyses, fate documentation, and audit trails until ultimate treatment or disposal. All work must comply with environmental regulations, Department of Transportation (DOT) regulations, and applicable State and Federal safety requirements. Pickup must be completed by June 30, 2026, at 7207 W. Cheyenne St., El Reno, OK 73036. Pickup cannot occur on federal holidays or weekends and requires prior approval and escort by government personnel.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: 7207 W. Cheyenne St., El Reno, OK 73036
- Period of Performance: Pickup must be completed by June 30, 2026.
- Product Service Code: 4235 (Hazardous Material Spill Containment And Clean Up Equipment And Material)
Submission Requirements
Offerors must submit:
- A Firm Fixed Price quotation on company letterhead, detailing service description and price, valid for at least 60 days.
- Sam.gov Unique Entity ID (UEI).
- Past Performance References: 2-3 recent (within 3 years) projects similar in size/scope/complexity, with detailed project information and contact details (as outlined in Attachment 3 - Past Performance). At least two references must be as a prime contractor.
- Capability Statement and technical documentation demonstrating ability to meet or exceed all Performance Elements in the Statement of Work (as outlined in Attachment 4 - Statement of Work).
- Wage Determination (Attachment 2) must be considered for pricing.
Evaluation Criteria
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, representing the best value to the Government. Only the lowest-priced offer will be evaluated for technical acceptability; if unacceptable, the next lowest will be considered. Past performance will be evaluated for a Go/No-Go rating. The Government intends to award without discussions but reserves the right to conduct them.
Key Dates & Contact
- Questions Due: March 9, 2026, by 9:00 AM PT
- Quotes Due: March 13, 2026, by 2:00 PM PT
- Contact: Elizabeth Calhoun (Elizabeth.Calhoun@usda.gov). Email subject line must include solicitation title and number.