MJU-76B Pre-solicitation Synopsis
Agency: AFLCMC Hill AFB
Location: Utah
NAICS: 325920
| Agency | MICC Dugway Proving Ground |
|---|---|
| Deadline | 05/26/26 |
| Posted | 04/28/26 |
| Estimated Value | $8,000,000 - $18,000,000 (AI estimate) |
| Set Aside | SBA |
| NAICS | 562112 - Hazardous Waste Collection |
| PSC | F108 - Environmental Systems Protection- Environmental Remediation |
| Location | Dugway, UT 84022 United States |
Posted: April 23, 2026, 3:58 p.m. EDT The Mission and Installation Contracting Command (MICC) - Dugway Proving Ground (DPG) has a requirement for comprehensive Environmental Support Services. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision necessary to operate the DPG Central Hazardous Waste Storage Facility (CHWSF) and manage hazardous, non-regulated, and decontaminated chemical agent-related waste streams. Additionally, the Contractor shall execute regulatory compliance support to ensure DPG operates in accordance with its RCRA Part B Permit, Clean Air Act (CAA) Title V Permit, and English Village Landfill Permit. Core tasks include, but are not limited to: - CHWSF, SWMU, and HWMU operations and inspections. - RCRA and CAA Technical Management and regulatory reporting. - Groundwater Monitoring, sampling, and data validation. - Underground Storage Tank (UST) and TSCA (Asbestos/Lead-Based Paint) compliance. - Hazardous Waste Generator formal and informal training. ACQUISITION STRATEGY & SET-ASIDE This requirement is being solicited as a 100% Total Small Business Set-Aside utilizing commercial procedures under FAR Part 12 and negotiated procedures under FAR Part 15.
562112 (Hazardous Waste Collection)
$47.0 Million
Single-Award, Firm-Fixed-Price (FFP)
One (1) month Phase-In, eleven (11) month Base Period, and four (4) 12-month Option Periods (Total duration not to exceed 66 months).
Lowest Price Technically Acceptable (LPTA).
A site visit will be held at Dugway Proving Ground to allow offerors to inspect the CHWSF and general conditions. - Date & Time: Monday, 4 May 2026 at 10:00 AM MDT
Offerors MUST register no later than 1:00 PM MDT on Wednesday, 29 April 2026. - Registration: Email the Contract Specialist at amy.m.eilerts.civ@army.mil with the attendee's Full Name, Company, Phone, US Citizen (Y/N), DOB, Driver's License # and State, and whether they hold a current CAC. SOLICITATION INQUIRIES & QUESTIONS All questions regarding this solicitation must be submitted in writing to the Contract Specialist at amy.m.eilerts.civ@army.mil no later than 10:00 AM MDT on Monday, 11 May 2026. The Government will publish official responses via a solicitation amendment on SAM.gov.
Proposals are due no later than 10:00 AM MDT on Tuesday, 26 May 2026. Proposals shall be submitted electronically via email to amy.m.eilerts.civ@army.mil in accordance with the Addendum to FAR 52.212-1 (Instructions to Offerors) contained in the solicitation. CYBERSECURITY REQUIREMENTS (CMMC & SPRS) This contract requires the handling of Controlled Unclassified Information (CUI). In accordance with DFARS 252.204-7021 and 252.240-7997, offerors must have a current NIST SP 800-171 Assessment score posted in the Supplier Performance Risk System (SPRS) and meet the requirements for Cybersecurity Maturity Model Certification (CMMC) prior to award. ATTACHMENTS The following documents are attached to this SAM.gov posting: - Solicitation W911S626RA001 (SF 1449 and Full Clause Text) - Performance Work Statement (PWS)
Price Proposal Spreadsheet
Past Performance References
Past Performance Questionnaire (PPQ)
DoL Wage Determination - Technical Exhibits 1 - 5 (Facilities Map, 90-Day Sites, Training Matrix, Groundwater Wells, UST Asset List)
Posted: April 28, 2026, 4:36 p.m. EDT AMENDMENT 0001 TO SOLICITATION W911S626RA001 The purpose of Amendment 0001 to the Environmental Support Services solicitation is to update facility and utility requirements. 1. CHANGES TO SOLICITATION: Revised PWS: Performance Work Statement (PWS) Sections 3.2 (Facilities) and 3.3 (Utilities) have been updated to clarify that the Contractor is required to provide their own temporary office facilities. The Government will continue to provide the 90-day hazardous waste storage site and the operational footprint. Revised Technical Exhibit 1: The "Facilities Map" has been replaced to clearly distinguish between Government-owned structures and Contractor-furnished office spaces. 2. QUESTIONS AND ANSWERS (Q&A): The Government is currently collecting industry questions. A comprehensive Q&A document will be published via a subsequent amendment after the question submission deadline has passed (10:00 AM MDT on 11 May 2026). 3. ACTION REQUIRED: Offerors must acknowledge receipt of Amendment 0001 by completing, signing, and returning the Standard Form 30 (SF 30) with their final proposal submission. 4. DEADLINES: The proposal due date remains unchanged. Proposals are due no later than 10:00 AM MDT on Tuesday, 26 May 2026. ATTACHMENTS INCLUDED IN THIS AMENDMENT: SF 30 - Amendment 0001 Revised Performance Work Statement (PWS) Revised Technical Exhibit 1 - Facilities Map ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The Mission and Installation Contracting Command (MICC) - Dugway Proving Ground (DPG) has a requirement for comprehensive Environmental Support Services. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision necessary to operate the DPG Central Hazardous Waste Storage Facility (CHWSF) and manage hazardous, non-regulated, and decontaminated chemical agent-related waste streams. Additionally, the Contractor shall execute regulatory compliance support to ensure DPG operates in accordance with its RCRA Part B Permit, Clean Air Act (CAA) Title V Permit, and English Village Landfill Permit. Core tasks include, but are not limited to: CHWSF, SWMU, and HWMU operations and inspections. RCRA and CAA Technical Management and regulatory reporting. Groundwater Monitoring, sampling, and data validation. Underground Storage Tank (UST) and TSCA (Asbestos/Lead-Based Paint) compliance. Hazardous Waste Generator formal and informal training. ACQUISITION STRATEGY & SET-ASIDE This requirement is being solicited as a 100% Total Small Business Set-Aside utilizing commercial procedures under FAR Part 12 and negotiated procedures under FAR Part 15. NAICS Code: 562112 (Hazardous Waste Collection) Size Standard: $47.0 Million Contract Type: Single-Award, Firm-Fixed-Price (FFP) Period of Performance: One (1) month Phase-In, eleven (11) month Base Period, and four (4) 12-month Option Periods (Total duration not to exceed 66 months). Source Selection: Lowest Price Technically Acceptable (LPTA). SITE VISIT A site visit will be held at Dugway Proving Ground to allow offerors to inspect the CHWSF and general conditions. Date & Time: Monday, 4 May 2026 at 10:00 AM MDT RSVP Deadline: Offerors MUST register no later than 1:00 PM MDT on Wednesday, 29 April 2026. Registration: Email the Contract Specialist at amy.m.eilerts.civ@army.mil with the attendee's Full Name, Company, Phone, US Citizen (Y/N), DOB, Driver's License # and State, and whether they hold a current CAC. SOLICITATION INQUIRIES & QUESTIONS All questions regarding this solicitation must be submitted in writing to the Contract Specialist at amy.m.eilerts.civ@army.mil no later than 10:00 AM MDT on Monday, 11 May 2026. The Government will publish official responses via a solicitation amendment on SAM.gov. PROPOSAL SUBMISSION Proposals are due no later than 10:00 AM MDT on Tuesday, 26 May 2026. Proposals shall be submitted electronically via email to amy.m.eilerts.civ@army.mil in accordance with the Addendum to FAR 52.212-1 (Instructions to Offerors) contained in the solicitation. CYBERSECURITY REQUIREMENTS (CMMC & SPRS) This contract requires the handling of Controlled Unclassified Information (CUI). In accordance with DFARS 252.204-7021 and 252.240-7997, offerors must have a current NIST SP 800-171 Assessment score posted in the Supplier Performance Risk System (SPRS) and meet the requirements for Cybersecurity Maturity Model Certification (CMMC) prior to award. ATTACHMENTS The following documents are attached to this SAM.gov posting: Solicitation W911S626RA001 (SF 1449 and Full Clause Text) Performance Work Statement (PWS) Attachment 01: Price Proposal Spreadsheet Attachment 02: Past Performance References Attachment 03: Past Performance Questionnaire (PPQ) Attachment 04: DoL Wage Determination Technical Exhibits 1 - 5 (Facilities Map, 90-Day Sites, Training Matrix, Groundwater Wells, UST Asset List) ATOPSEC Requirements Local Site Information
| Contact name | Amy Eilerts |
|---|---|
| Contact email | amy.m.eilerts.civ@army.mil |
| Contact phone | (435) 831-2103 |
Agency: AFLCMC Hill AFB
Location: Utah
NAICS: 325920
Agency: NPS Midwest Region
Location: Utah
NAICS: 237990
Agency: USACE Sacramento District
Location: Utah
NAICS: 236210
Agency: Utah Department of Transportation [UT]
Location: Utah
NAICS: Not Provided