Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 06/09/2025
Response Date: 06/30/2025
Archive Date: 07/15/2025
More Opportunities
Solicitation Number:
70FB7025I00000006
Primary NAICS:
562211 - Hazardous Waste Treatment and Disposal
Notice Type:
Sources Sought
Location:
Washington District of Columbia 20472 USA
Set Aside:
Not Provided
Request for Information (RFI)
For Disposal and Destruction
of Perishable Commodities Service OCONUS Distribution Centers
The Federal Emergency Management Agency (FEMA) Logistics Management Directorate has a requirement to dispose and the destruction of expired perishable commodities for overseas Distribution Centers. FEMA is contemplating an Indefinite Delivery/ Indefinite Quantity (IDIQ) vehicle to facilitate this requirement.
Disposal of Expired Perishable commodities Includes:
- Meals, packaged with heater elements
- Meals, packaged for other (amended) communities:
- 25,000 Rice (3lb Bag of White Medium Grain Rice) (38 TN)
- 30,000 Beans (15 oz canned red or pink kidney beans) (15 TN)
- Water, bottled, canned, or boxed.
- Hygiene Kits (8 perishable items in a small plastic bag) 40’ Dumpster disposable
- hand and body lotion 2oz, hand sanitizer 2oz, Shampoo, Conditioner, Shaving cream, toothpaste, mouth wash and deodorant.
- IFTK (Infant Toddler Kits) (12 perishable items) 40’ Dumpster disposable
- Baby food, cereal, 3 types of Formula liquid, 3 types of powder milk, 2 types Oral electrolyte Solution, Nutritional supplement, and rash ointment.
- CMS (Consumable Medical Supplies) (17 perishable items) 40’ Dumpster disposable
- Nutritional supplement Drink, hand sanitizer, instant ice pack, instant heat pack, Distilled water, diabetic nutritional drink, high protein drink, tracheotomy care tray, Saline solution, Colostomy Paste, colostomy skin preps wipes, sterile dressings, antiseptic wipes, alcohol pads, K-Y jelly, Topical hydrogen Peroxide, and Betadine scrub solution.
- Plastic sheeting (as needed)
- Tarps (as needed)
GENERAL INFORMATION: This RFI is issued solely for information gathering purposes to identify sources that can provide support for the Logistics Management Directorate. In accordance with FAR 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research.
PROPRIETARY INFORMATION AND DISCLAIMERS: Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in the anticipated PWS or solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5.
NAICS CODE: 562211
PRODUCT SERVICE CODE (PSC): P100
ANTICIPATED PERIOD OF PERFORMANCE START DATE: The period of performance of this IDIQ will be one
(1) year base period with a four (4) year option periods.
ANTICIPATED ACQUISITION STRATEGY: CONTRACTOR REQUIREMENTS
1. The Contractor shall pick up and transport expired Commodity for disposal / recycling/destruction as requested per SOW. The Contractor shall also be able to receive product shipped by FEMA transportation to the vendor’s disposal facility (if needed).
2. The Contractor shall provide service to All 7 overseas geographically separate FEMA Distribution Centers (DC), 4 warehouses in Puerto Rico, 1 warehouse in Guam, 2 warehouses in Oahu, Hawaii.
3. The Contractor shall destroy/dispose of commodity.
4. Quantities of commodity to be destroyed will vary by month and location.
5. The Contractor shall dispose Commodity, recycle the necessary items as required, and provide proof of destruction to ensure the product does not re-enter circulation to the public.
6. The Contractor shall be responsible for complying with all federal, state, U.S. territorial and local transportation and disposal ordinances.
DELIVERABLES AND DELIVERY SCHEDULE
- The Contractor shall coordinate with FEMA COR (Contracting Officer’s Representative)/DC Supervisor for scheduling.
- Required delivery times and pick up at the FEMA Warehouses is Monday through Friday from 0800-1400 local time, excluding Federal holidays.
- The Contractor shall provide certificates of destruction within 7 business days of commodity destroyed to be submitted to the Contracting Officer’s Representative and Contracting Officer (CO).
- The Contractor shall certify the product is no longer available for human consumption and is not being re-entered into the marketplace and submit said certification to COR and CO within 7 days of destruction.
- The above-mentioned certification shall contain the following minimum information: date, commodity type, quantity disposed, location, certification and certificates of destruction.
SECURITY REQUIREMENT:
1. The Contractor personnel shall present suitable government-issued picture identification (REAL ID) for entrance to the Distribution Center or any government owned or leased facility they may perform the duties associated with this contract.
2. The Contractor personnel shall comply with each warehouse’s established security procedures.
PLACE OF PERFORMANCE:
Expired commodities shall be picked up from any of the following locations:
Distribution Centers / Warehouses
Guam
Bldg 100 FEDAAC 70X454
Barrigada, GU 96913
Hawaii
99-1269 Iweana Street
FEDAAC 709242
Aiea, HI 96701
Hawaii Annex
Lyman Road Bldg 2071,
Schofield Barracks, HI 96857
Caribbean
Industrial Park PR-1, KM 25.1 FEDAAC 70F337
Caguas, PR 00725
Ponce
1000 Carr 505 Building A, Cotto Laurel
Ponce, PR 00780
Bayamon
Hato Tejas Industrial Park Lot 2 – Barrio Hato Tejas, Calle A
Bayamon, PR 00959
Cayey
Eleora, LLC (Forma Amcor) Carr #1 KM 56.3 Bo.
Montellano
Cayey, PR 00736
RFI RESPONSE SUBMITTAL INSTRUCTIONS:
Interested contractors shall submit their RFI responses electronically to Kerley Hoyt, Contracting Officer, at karley.hoyt@fema.dhs.gov and Jason Rivers, Contract Specialist, at jason.rivers@fema.dhs.gov no later than 3:00PM Eastern Standard Time (EST), 30 June 2025. Questions regarding this RFI are due no later than 23 June 2025, RFI Response for Logistics Management Directorate and OCONUS Disposal and Destruction of Perishable Commodities Service shall be in the subject line of your e-mail. All responses shall be unclassified, with proprietary information clearly marked. The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Pages shall be 8.5 by 11 inch and shall use a type pitch that is no smaller than a standard 11-point font type, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed (5-page limit) pages in length including images, data displays, charts, graphs, and tables. Page limitation does not include: 1 cover page. Do not include promotional materials.
RFI Responses shall include the following information in the order below:
A. Cover Page with the following information:
1. Company Name
2. Company Address
3. UEI Number
4. Company Point of Contact - Name, Title, Phone, and Email address
5. Statement of current business size status (i.e., HUBZone small business concern, service- disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Also, business size in relation to the NAICS code size standards assigned to this acquisition.
6. GSA Schedule Number, Contract Number, and Period of Performance and/or DHS Strategic Sourcing Vehicle Category Name and Contract Number, if applicable
B. Contractor Capability Statement (No more than 5-page limit in length)
1. Summarization of relevant projects showing capabilities
2. Past performance in applicable areas
C. Contractor RFI Responses to questions (No more than 2-page limit in length)
The responses received will assist FEMA with identifying the number and nature of the entities that consider themselves potential technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred in response to this RFI, or in support of activities associated with this RFI, shall be the sole responsibility of the respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI.
REQUEST FOR INFORMATION (RFI) QUESTIONS
List questions for industry here:
1. Services Offered:
• What types of waste do you accept? (e.g., trash, recyclables, hazardous waste, bulky items)
• Do you offer recycling services? If so, what materials are accepted?
• Do you provide composting services?
• What is the waste removal schedule? (e.g., weekly, bi-weekly, on-demand)
• What other services do you offer? (e.g., construction debris removal, specialized waste disposal)
2. Handling and Processing:
• Where does my waste go after pickup? (e.g., landfill, recycling facility, incinerator)
• Do you have an MRF (Materials Recovery Facility) to sort recyclables?
• What is the process for recycling? (e.g., sorting, processing, transportation)
• What is the acceptable level of contamination in the recycling stream?
• Will I be penalized for contamination? What are the penalties?
• How do you handle hazardous waste?
• Do you have any HAZMAT certifications?
Federal Emergency Management Agency (FEMA)
3. Costs and Contracts:
• What are the fees for waste removal? (e.g., per pickup, per ton, flat fee)
• What is included in the price? (e.g., service charge, disposal fees, material handling)
• Are there any extra charges? (e.g., for bulky items, hazardous waste, overtime)
4. Environmental and Community Impact:
• What measures do you take to minimize environmental impact? (e.g., reducing landfill waste, using sustainable practices)
• Where do you send the waste for final disposal?
• Do you participate in any local recycling or waste reduction programs?
• Are there any benefits for maximizing waste diversion?
5. Other Considerations:
• Do you provide waste tracking or reporting?
• How do you handle complaints or concerns?
6. Strategies for performing the work/dealing with challenges?
7. How would they address capability gaps?
8. What is their OCONUS logistical support strategy?
9. Questions about emerging technology and how they would leverage this technology to fulfill the requirement or anything else that would be beneficial to FEMA.
10. Feedback on the requirements document, i.e., “is there anything that needs to be more clearly defined by the government” and/or “please provide any feedback regarding the requirements document”
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.