HAZMAT Support Operations for Ft. Bliss, TX
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 U.S. Department of the Army is conducting a Sources Sought to identify qualified small businesses for Hazardous Material Supply Operations (HSMO) services at Fort Bliss, TX. This market research aims to determine the feasibility of a small business set-aside for managing the receipt, storage, and issuance of hazardous materials. Responses are due by February 20, 2026.
Purpose & Scope
The Government seeks to procure HSMO services, including management and personnel, to effectively, efficiently, and safely receive, store, and issue hazardous materials. The contractor will operate a local HMSO office, tracking and controlling all hazardous materials at Fort Bliss, TX, and potentially adjacent areas, unit facilities, range/field locations, and off-post locations. The objective is to provide efficient, cost-effective, and safe management of hazardous materials.
Contract Details
- Opportunity Type: Sources Sought / Market Research
- Anticipated NAICS: 562112, Hazardous Waste Collection (Size Standard: $47 million)
- Set-Aside: Intended Small Business Set-Aside (contingent on sufficient qualified small business responses)
- Anticipated Period of Performance: Base Year (July 1, 2026 - June 30, 2027) with four 12-month option years and a potential six-month extension.
- Response Due: February 20, 2026, 3:00 PM Z
- Published: February 17, 2026
- Department/Office: DEPT OF DEFENSE / DEPT OF THE ARMY / W6QM MICC-FDO FT HOOD
Key Requirements & Submission
Respondents should provide:
- Firm details (POC, DUNS, CAGE, small business status, NAICS code).
- Interest in competing as a prime and any subcontracting/teaming plans.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe), including capabilities for mobilization, base access, handling, storage, and disposal.
- Information on commercial availability, pricing, delivery, terms, conditions, and warranties.
- Identification of any GSA Federal Supply Schedule (FSS) or other Government-wide contract vehicles.
- Recommendations on structuring requirements to facilitate small business competition and improve the draft PWS/PRS.
Special Requirements (from PWS)
- Personnel: Qualified, trained, and certified personnel, including specific training (ORP, TARP, Sexual Assault, IA).
- Compliance: Adherence to federal, state, local laws, environmental, safety, security, and quality control (ISO 9001:2015) requirements.
- Security: Compliance with physical, information, and personnel security, potentially requiring SECRET clearances.
- Contingency Operations: Capability to support natural disasters and other crises.
- Transition: Development of transition-in and transition-out plans.
Additional Notes
This notice is for planning purposes only and does not commit the government to a future solicitation or contract. Not responding does not preclude future participation. Potential offerors are responsible for monitoring www.sam.gov for future information.