NWP Hazardous Waste Transportation and Disposal

SOL #: W9127N26QA027Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST PORTLAND
PORTLAND, OR, 97204-3495, United States

Place of Performance

Cascade Locks, OR

NAICS

Hazardous Waste Treatment and Disposal (562211)

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
Feb 5, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 19, 2026, 10:00 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 U.S. Army Corps of Engineers (USACE), Portland District (NWP), is soliciting quotes for a Firm Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for Hazardous Waste Transportation, Treatment, and Disposal. This Single Award Task Order Contract (SATOC) supports operations at various civil works projects across Oregon. Quotes are due February 19, 2026.

Scope of Work

The contractor will provide all labor, equipment, and materials for the management of hazardous and non-hazardous waste. Key tasks include:

  • Waste Characterization: Sampling and laboratory profiling services.
  • Transportation: Moving waste from USACE facilities to permitted treatment and disposal sites.
  • Treatment & Disposal: Prioritizing recycling, reuse, and energy recovery over landfilling.
  • Support Services: Drum replacement, over-packing, and preparation of all shipping manifests and documentation.
  • Emergency Response: Maintaining 24/7 emergency spill response capabilities.

Service locations include Bonneville, The Dalles, and John Day Lock and Dams, the Willamette Valley and Rogue River Projects, and the U.S. Moorings.

Contract & Timeline

  • Type: Firm Fixed-Price IDIQ (SATOC)
  • Value: Minimum $2,500; Maximum $499,430 cumulative ceiling.
  • Duration: Five-year period of performance (March 6, 2026 – March 5, 2031).
  • Set-Aside: Total Small Business Set-Aside (Note: Solicitation text mentions unrestricted competition, but metadata specifies Small Business).
  • Quotes Due: February 19, 2026, at 2:00 PM Pacific.

Evaluation

Award will be made to the responsible offeror providing the Lowest Price Technically Acceptable (LPTA) quote. Evaluation factors include:

  1. Recent Relevant Experience: (Acceptable/Unacceptable) based on submitted experience forms.
  2. Past Performance: (Acceptable/Unacceptable) based on CPARS or Past Performance Questionnaires (PPQ).
  3. Price: Lowest evaluated price among technically acceptable offers.

Additional Notes

Offerors must be registered in SAM.gov to be eligible. Field technicians must be HAZWOPER trained, and the contractor must maintain specific pollution and automobile liability insurance.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View