Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOURCES SOUGHT

45 -- Sources Sought: Medical Waste Incineration Services � Fort Detrick, MD

Notice Date
9/12/2025 6:00:43 AM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-25-R-0054
 
Response Due
9/22/2025 12:00:00 PM
 
Archive Date
03/01/2026
 
Point of Contact
Alex Hatlestad, Phone: +1 520-693-0091, Benjamin Gillen
 
E-Mail Address
alex.j.hatlestad.civ@army.mil, benjamin.j.gillen.civ@army.mil
(alex.j.hatlestad.civ@army.mil, benjamin.j.gillen.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The U.S. Army Contracting Command � Rock Island, on behalf of the U.S. Army Medical Research and Development Command (USAMRDC), is issuing this Sources Sought notice to identify qualified sources capable of providing comprehensive operation and maintenance services for a future medical waste incinerator facility planned for construction at Fort Detrick, Maryland. This facility will be a Government-Owned, Contractor-Operated (GOCO) facility, capable of processing a variety of Regulated Medical Waste (RMW), including waste generated from Biosafety Level 2 (BSL-2), Biosafety Level 3 (BSL-3), and Biosafety Level 4 (BSL-4) laboratories, while ensuring environmentally sound disposal and adherence to stringent safety and security standards. The new incinerator facility, utilizing a Pennram incinerator, is currently under construction. The operating contractor will be responsible for all aspects of facility operation, maintenance, and modernization following completion of construction, ensuring compliance with all applicable Federal, State, and Local environmental regulations, as well as Army policies and Department of Defense (DoD) guidelines for medical waste management. This includes, but is not limited to: Incinerator operation and process control, specifically for RMW. Ash management and disposal in accordance with regulatory requirements. Air pollution control system maintenance and monitoring. Preventative and corrective maintenance of all facility equipment. Facility security and access control, commensurate with the sensitive nature of the waste stream. Environmental monitoring and reporting. Waste receiving, handling, tracking, and segregation. Emergency response and safety procedures, including biohazard protocols. Documentation and record-keeping required for RMW disposal. The United States Government (USG) anticipates awarding a long-term contract with an anticipated period of performance commencing mid-2027, contingent upon facility completion. The facility is projected to process more than 1,000,000 pounds of RMW annually. Information Requested: The USG encourages all responsible interested sources to submit their capabilities/qualification data demonstrating experience in the operation and maintenance of similar incinerator facilities. Interested companies should respond by providing the USG the following information: Company Information: Name of company and CAGE Code Point of Contact's name, telephone number, and e-mail address Company address Business size information (as defined above) Identification of whether you are interested in this opportunity as a prime or a subcontractor. Capabilities Summary: A brief summary of the company's capabilities, including descriptions of personnel, skills, experience, and expertise related to incinerator operation, maintenance, and environmental compliance. Specific experience with incinerator facilities processing regulated medical waste from BSL-2, BSL-3, and BSL-4 laboratories. Experience with air pollution control systems and continuous emissions monitoring, particularly as applied to medical waste incineration. Demonstrated understanding of relevant environmental regulations (e.g., Clean Air Act, RCRA) and DoD medical waste management guidelines. Subcontractor Information: Identification of potential sources for major subcontractors, teaming partners, or joint ventures, if applicable. Additionally, the USG requests industry feedback on more specific questions detailed in the �Industry Expertise� document attached to this Sources Sought. Submission Information: All information shall be submitted via email to Alex Hatlestad at alex.j.hatlestad.civ@army.mil and Benjamin Gillen at benjamin.j.gillen.civ@army.mil no later than 2:00 PM CT on September 15, 2025. Disclaimer: This is a Sources Sought notice for planning purposes only and shall not be construed as a Request for Proposal, nor as an obligation on the part of the USG. The USG does not intend to award a contract on the basis of this Sources Sought notice or otherwise pay for information solicited. Participation in this effort is strictly voluntary. Please identify any proprietary information submitted. The USG intends to utilize the information received only to develop the acquisition strategy for future requirements. All of the information stated above is subject to change. If a formal solicitation is generated at a later date, the USG will publish a solicitation notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/963aa1bef70f4ef5848a1aa9a2b3b6cb/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN07589612-F 20250914/250912230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.