Testing, Pick up and Disposal of Petroleum, Oil and Lubricant (POL)
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 is conducting a Sources Sought (market research) to identify qualified firms for Testing, Pick up and Disposal of Petroleum, Oil and Lubricant (POL) from various Army Installations on the Island of Oahu, Hawaii. This is a Total Small Business Set-Aside. Responses are due by February 24, 2026, at 10:00 am Hawaii Standard Time.
Scope of Work
This requirement involves the testing, pickup, and disposal of non-hazardous POL products for the United States Army Garrison Hawaii (USAG Hawaii). Services must comply with all applicable federal, state, and local environmental regulations (e.g., EPA, HDOH, DOT, DRMO, OSHA). Key tasks include:
- Verifying POL products are non-hazardous using Chlor-D-Tec and Hydrochlor Q tests prior to collection.
- Handling POL typically stored in 500-gallon tanks, 55-gallon drums, or original containers at Recycle Materials Shop Storage Points (RMSSP).
- Adhering to performance standards for work order acknowledgment, pickup scheduling, invoicing, monthly reporting, spill prevention and response, and quality control.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562219
- Response Due: February 24, 2026, 10:00 am Hawaii Standard Time
- Published: February 18, 2026
- Place of Performance: Island of Oahu, Hawaii, at various USAG Hawaii installations.
Key Requirements for Response
Interested firms must provide a capability statement including:
- Intent to submit a quote for this requirement when formally advertised.
- Firm's name, address, phone, e-mail, and point of contact.
- CAGE Code and Unique Entity Identifier (UEI).
- Size of firm, including small business category (e.g., 8(a), WOSB, HUBZone, SDVOSB).
- Statement of Capability detailing skills, experience, and knowledge for this work.
Key personnel requirements include a Project Manager with a baccalaureate degree or five years of experience and HAZWOPER certification. All personnel must have current HAZWOPER certification. Strict adherence to environmental compliance, security protocols (AT Level I, iWATCH, AIE), and required insurance (General Liability, Automobile Liability, Workmen's Compensation) are also specified.
Additional Notes
This is for information and planning purposes only and is not a Request for Quote (RFQ) or Request for Proposal (RFP). The Government is not committed to issuing a solicitation or awarding a contract. Firms failing to provide all requested information will not be used to assist in the acquisition decision. Only submit a response if you intend to submit a quote for the future formal solicitation.