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, Regional Contracting Office Hawaii (RCO-HI), is soliciting proposals for Non-Hazardous Testing, Pick up, and Disposal of Petroleum, Oil, and Lubricant (POL) products on the island of Oahu, Hawaii. This is a 100% Total Small Business Set-Aside acquisition, conducted under FAR Part 12. The contract will be a Firm Fixed Price type, with a base year and four option years. Offers are due by May 20, 2026, at 10:00 AM HST.
Scope of Work
The contractor shall provide all necessary resources, including equipment, labor, supervision, materials, tools, and transportation, for the collection, testing, and disposal/recycling of various non-hazardous POL products. These include Used Oil, Antifreeze, Diesel/JP-8, Oily Water, MOGAS, and Grease, from U.S. Army installations and other facilities across Oahu. Services must comply with all applicable federal, state, and local environmental regulations (EPA, HDOH, DOT, OSHA). Key responsibilities include testing POL products for non-hazardous status, immediate notification for hazardous findings, and monthly reporting on POL diversion.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: Base period from June 1, 2026, to May 31, 2027, with four one-year option periods, extending through May 31, 2031.
- Set-Aside: Total Small Business Set-Aside (NAICS 562219, size standard $47,000,000.00).
- Place of Performance: Island of Oahu, Hawaii, including Schofield Barracks, Wheeler Army Airfield, and Fort Shafter.
Submission & Evaluation
- Offer Due Date: May 20, 2026, at 10:00 AM Hawaii Standard Time (HST).
- Questions Due Date: April 30, 2026, by 10:00 AM HST.
- Submission Method: Electronically via email to Travis Tonini (travis.c.tonini.civ@army.mil).
- Required Documents: Completed and signed SF1449, Offeror Price Quote Form (with pricing for all CLINs), and a technical capability submission demonstrating compliance with the PWS, personnel qualifications, and operational readiness.
- Evaluation Factors: Price, Past Performance, and Technical Acceptability.
Special Requirements
Personnel must hold valid HAZWOPER certification and, for drivers, a Commercial Driver’s License (CDL) with HazMat/Tanker endorsements. A Project Manager with specific qualifications is required. Contractor personnel must comply with installation access requirements, including background checks and specific training (iWATCH, AT Level 1, OPSEC). A site-specific spill plan and Quality Control Plan are also required. Wage Determination 2015-5689 Rev 27 applies.