Mid America Incineration
ID: SP450026R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES - EBSBATTLE CREEK, MI, 49037-3092, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Mid America Incineration contract, which involves the removal, transportation, thermal treatment, and final disposal of hazardous and non-hazardous waste generated by U.S. military and Coast Guard installations across 11 Midwestern states. The contract requires compliance with federal, state, and local regulations, emphasizing the necessity for incineration at RCRA-permitted facilities, with a focus on various waste types including polychlorinated biphenyls (PCBs) and PFAS-containing materials. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period starting in March 2026, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on November 24, 2025. Interested parties should direct inquiries to Denna Crandall at Denna.Crandall@dla.mil or Kayla DesVoignes at kayla.desvoignes@dla.mil.

    Files
    Title
    Posted
    This document is a price schedule for the Mid-America Regional HW Incineration Contract, detailing various hazardous and non-hazardous waste incineration and packaging services. It lists numerous CLINs (Contract Line Item Numbers) for different waste types, including corrosive acids, flammable liquids, aerosols, reactive metals, PCBs, PFAS-containing materials, and military items requiring demilitarization. Each entry specifies the service/waste description, unit of issue (U/I), estimated quantities for both a 30-month base period and an option period, and placeholders for unit and extended prices (which are all listed as zero in this document). The schedule also includes services like surcharges for small task orders, overpacking, special packaging for lithium batteries, and preparation of Certificates of Disposal/Destruction and Hazardous Waste Profile Sheets. The document outlines permissible waste codes (e.g., D001-D043, UW, Listed) and physical states for each waste category, indicating requirements for RCRA incineration and special generator packaging where applicable.
    This document outlines the mandatory process for contractors to obtain, control, and return Government-issued Common Access Cards (CACs) under federal contracts. It details a two-step application process involving DLA Form 1728 and DoD Form 1172-2, requiring contractor and government sponsor completion. Contractors must ensure employees verify accounts via the Trusted Associate Sponsorship System (TASS) and obtain CACs from Real-Time Automated Personnel Identification System (RAPIDS) offices. Strict procedures for CAC control include preventing unauthorized use, abuse, or public display, and immediate reporting of lost/stolen CACs to the COR/CO and DLA Police. Renewal of expiring CACs follows a similar process. Upon contract completion or employee termination, CACs must be promptly collected and returned to the COR/CO via hand-carry or certified mail. Monthly reporting of all CAC-holding employees is required. Non-compliance with these security measures can lead to severe penalties, including work stoppages, payment delays, and negative performance assessments.
    The provided government file is a detailed listing of various hazardous waste (HW) and solid waste (SS) turn-in transactions from multiple federal and state entities. The document categorizes entries by Generator Description, EPA ID, PIID Award Date, Receipt Date, and Turn-in Type. Key locations include Lackland AFB, Fort Riley, AASF #1 BLDG 636, New Century USARC, Fort Sam Houston, and naval air stations. Dates for these turn-ins span from April 2023 to July 2025, indicating ongoing waste management activities. The primary purpose of this file appears to be tracking and documenting hazardous and solid waste disposal activities across different military and government installations, ensuring compliance and proper waste management procedures.
    The Mid-America Regional Hazardous Waste Incineration Contract (SP4500-26-D-XXXX) outlines the requirements for the removal, transportation, thermal treatment, and disposal of various hazardous and non-hazardous wastes generated by U.S. Department of War and U.S. Coast Guard installations across 11 Midwestern states. This indefinite delivery/indefinite quantity (IDIQ) contract is firm-fixed price and performance-based, emphasizing timely service and compliance with federal, state, and local regulations. The document details pre-removal, removal, and post-removal phases, including criteria for Contract Line-Item Number (CLIN) selection, permit requirements, shipping documentation, and personnel qualifications. It specifies handling procedures for lithium batteries, PCB-related, and mercury-containing wastes, along with requirements for energy recovery and demilitarization. The contract also addresses acceptable performance levels, qualified facilities and transporters, indemnification, and security measures for site access via the Defense Biometric Identification System (DBIDS). The period of performance consists of a 30-month base period and one 30-month option period. Notably, the contract strictly defines containerized waste, excluding bulk wastes, compressed gas cylinders, and certain services like lab packing or expedited removals.
    The provided document outlines essential information required for waste pickup and management, likely within the context of federal or state government RFPs, grants, or state/local RFPs. It details critical data points such as the location name, city, state, zip code, and contact information for a Point of Contact (POC), including their title, email, phone, and cell phone. The document also specifies the pickup location's street address, the generator's EPA ID and status, and the PICK UP DODAAC and BILL-TO DODAAC/S. Additionally, it lists the generator's POC, their phone numbers, and hours of operation. This information is crucial for logistical planning, regulatory compliance, and proper waste disposal, ensuring that all necessary details are captured for efficient and compliant operations related to hazardous waste or other regulated materials.
    This document outlines additional contract terms and conditions for a government acquisition, incorporating various clauses and provisions by reference from the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD). Key FAR clauses cover gratuities, personal identity verification, System for Award Management, safeguarding information systems, and contract terms implementing statutes or executive orders. Specific FAR clauses address prohibitions on certain confidentiality agreements, Kaspersky Lab products, telecommunications equipment, inverted domestic corporations, and ByteDance applications. It also includes clauses on small business subcontracting, labor standards, and combating human trafficking. Full-text FAR clauses detail ordering procedures, including minimum ($900) and maximum ($200,000 for single item, $500,000 for combined) order limitations, indefinite quantity provisions, and options to extend services (up to 6 months) and the contract term (up to 60 months total). DFARS clauses address whistleblower rights, cybersecurity, procurement prohibitions (e.g., Russian fossil fuel, foreign-made unmanned aircraft), and small business subcontracting for DoD contracts. DLAD clauses cover contractor personnel security and operations security. The document also lists FAR, DFARS, and DLAD provisions related to System for Award Management, responsibility matters, and various representations and certifications. Contact information for primary and alternate contacts is provided.
    This document outlines electronic proposal submission guidelines for DLA Disposition Services, emphasizing email submission of offers in acceptable formats like Microsoft Office products, Adobe PDF, or HTML (without active links). Alternative formats require prior approval. Proposals must adhere to a 5MB per email limit, with multiple emails numbered sequentially. Subject lines must follow a specific format including the solicitation number, company name, and closing date. Offers should be virus-free, and offerors must verify receipt. The proposal must be structured into three volumes: Certifications and Price Schedule, Past Performance Information (PPI), and Small Business Participation/Subcontracting Plans. Detailed instructions are provided for each volume, including specific forms and content requirements. Unit pricing must be single and cannot be $0.00, with clear rounding rules for decimals. PPI requires details for up to three contracts within the last two years, with questionnaires submitted directly by references. Non-small businesses must submit a subcontracting plan. Site visits require appointments and do not alter solicitation terms unless amended in writing. Offers are firm for 90 calendar days.
    This document outlines the evaluation criteria for government contracts, emphasizing a "best value" trade-off process where past performance is significantly more important than price. Proposals will be assessed based on past performance (recency, relevance, and quality of execution within the last two years) and price reasonableness. The government will evaluate offers by adding the total price for all options to the basic requirement, plus an additional 20% of the last performance period's value for evaluation purposes to account for potential 6-month extensions. Small business subcontracting plans are also evaluated for compliance. The government may prioritize evaluating past performance proposals from offerors with the most competitive pricing, potentially forgoing evaluation of higher-priced proposals if a lower-priced one already received the highest past performance rating.
    This document is a Past Performance Information (PPI) Questionnaire for offerors bidding on DLA Disposition Services' Solicitation No. SP450026R0001, which seeks hazardous waste removal, transportation, and disposal services. The questionnaire is divided into two main sections. Section 1 is to be completed by the offeror, providing their firm details and information about a reference contract. Section 2 is for the offeror's reference to complete, evaluating the offeror's performance based on an adjectival rating scale (Unsatisfactory to Exceptional) across five key areas: Quality of Product/Service, Schedule, Management, Regulatory Compliance, and an overall recommendation. The document emphasizes that the offeror is responsible for ensuring references submit the completed questionnaire to the Government by the due date. Once completed, the information becomes Source Selection Sensitive. This questionnaire is a critical component of the proposal evaluation process, allowing the government to assess a bidder's past performance in relevant services.
    This government file, Attachment 09 to solicitation SP450026R0001, outlines two key Federal Acquisition Regulation (FAR) provisions relevant to federal contracts and grants: FAR 52.209-7 on Information Regarding Responsibility Matters and FAR 52.229-11 on Tax on Certain Foreign Procurements – Notice and Representation. FAR 52.209-7 requires offerors to disclose information in the Federal Awardee Performance and Integrity Information System (FAPIIS) regarding criminal, civil, or administrative proceedings within the last five years, particularly if they have active federal contracts or grants exceeding $10,000,000. This includes convictions, findings of fault and liability resulting in significant monetary payments, or dispositions by consent with acknowledgment of fault. FAR 52.229-11 addresses a 2% tax on specified Federal procurement payments made to foreign persons for goods or services provided in a foreign country not party to an international procurement agreement with the U.S. Offerors must declare if they are a foreign person and, if so, indicate their exemption claim status (full, partial, or no exemption) using IRS Form W-14. Failure to submit Form W-14 with the offer will result in a full 2% withholding. These provisions ensure transparency in contractor responsibility and compliance with tax regulations for foreign procurements.
    Lifecycle
    Title
    Type
    Mid America Incineration
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Southeast Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.
    Sources Sought Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.
    W911SA26QA046 Refuse and Recycling Services for MI043 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services at multiple Army Reserve locations in Michigan under the solicitation W911SA26QA046. The contract will provide non-personal services as outlined in the Performance Work Statement (PWS) and will cover various sites including Ann Arbor, Bay City, Fraser, Inkster, Jackson, Livonia, Southfield, and Saginaw. This procurement is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring efficient waste management practices. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Nathan Coleman at nathan.a.coleman2.mil@army.mil or call 520-671-7615 for further details, with the contract period starting on January 1, 2026, and including options for extension.
    Turkey Electronic Hazardous Waste
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal, transportation, and disposal of electronic hazardous waste generated at the Incirlik Air Base in Turkey. The contract, identified as SP450026R0006, requires contractors to manage approximately 13,600 KG of toxic electronic waste, ensuring compliance with Turkish, EU, and international environmental regulations, including the demilitarization and certified destruction of sensitive materials. This procurement is crucial for maintaining environmental safety and security standards in the disposal of electronic waste. Proposals are due by the specified deadline, and interested parties should contact Annette Graham at Annette.Graham@dla.mil for further information and submission guidelines.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing comprehensive contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, including electronic monitoring system (EMS) maintenance at various sites, such as DLA San Joaquin, CA, and the Australian National Halon Bank. This contract is critical for managing ODS/HFC products and ensuring compliance with environmental regulations, with a firm-fixed-price structure for a base year and four option years, starting on May 1, 2026. Proposals are due by December 18, 2025, with inquiries accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    S222--New: 5-Year Ordering Period (01/01/2026 - 12/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and its affiliated CBOCs.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year contract to provide regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, Illinois, and its affiliated Community-Based Outpatient Clinics (CBOCs). The contract requires the contractor to perform weekly collections of various types of medical waste from the hospital and monthly collections from six CBOCs, utilizing reusable, leak-proof containers and ensuring compliance with all relevant federal, state, and local regulations regarding waste handling and disposal. This procurement is critical for maintaining health and safety standards in medical waste management, with a minimum guarantee of $1,000 and a ceiling of $1,500,000 over the contract period. Interested parties must submit their offers by December 16, 2025, and a site visit is scheduled for December 3, 2025; for further inquiries, contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.