Southeast Regional HW Incineration
ID: SP450026R0005Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, aimed at the removal, transportation, thermal treatment, and disposal of various regulated wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of hazardous waste types, including RCRA and non-RCRA materials, and will be structured as a firm-fixed price, indefinite delivery/indefinite quantity (IDIQ) contract, with a base period anticipated from March 2026 to September 2028, followed by a 30-month option period. Proposals are due by December 15, 2025, at 12:00 PM EST, and must be submitted via email to the primary contact, Elizabeth Roberts, at elizabeth.roberts@dla.mil. Interested parties should review the attached documents for detailed requirements, evaluation criteria, and pricing schedules.

    Files
    Title
    Posted
    This document outlines a price schedule for the Southeastern Regional HW Incineration Contract, detailing various services and waste descriptions related to hazardous waste incineration. It categorizes waste by physical state, permissible waste codes (RCRA and non-RCRA), and specific handling requirements. The schedule includes services like overpacking, special packaging for DDR Lithium Batteries, and preparation of Certificates of Disposal or Hazardous Waste Profile Sheets. It covers a wide range of waste types, including corrosive acids, flammable liquids and solids, reactive materials, PCBs, PFAS-containing wastes, and various lab pack/loose pack categories. The document lists estimated quantities for both base and option periods, with corresponding unit and extended prices left blank. Overall, it serves as a comprehensive catalog of hazardous waste management and incineration services under the contract.
    This document outlines the mandatory process for contractors to obtain, manage, and return Common Access Cards (CACs) issued under government contracts, emphasizing DLA security measures. The procedure involves completing DLA Form 1728 and DoD Form 1172-2, verifying information via the Trusted Associate Sponsorship System (TASS), and obtaining CACs from a Real-Time Automated Personnel Identification System (RAPIDS) office. Contractors must notify the Contracting Officer’s Representative (COR) or Contracting Officer (CO) upon CAC issuance and implement strict controls to prevent misuse. The document details immediate reporting protocols for lost or stolen CACs, renewal procedures, and strict collection and turn-in processes upon contract completion or employee termination. Monthly reporting of all CAC-holding employees is required. Non-compliance can lead to severe penalties, including work stoppages, payment delays, and negative performance assessments, underscoring the critical importance of adherence to these security protocols.
    The provided file is a detailed log of hazardous waste (HW) shipments and their disposition from various government facilities, including Marine Corps Logistics Base, Tyndall AFB, Elizabeth City Coast Guard, Eglin AFB, Robins AFB, Arnold Air Force Base, Anniston Army Depot, Naval Weapons Station-Charleston, AASF 1, and USAG Redstone Arsenal. The document spans from October 2022 to March 2024, listing Generator IDs, descriptions, Pick Up DoDAACs, Receipt Dates, PIID Award Dates, Turnin Types, Status (predominantly 'Closed' or 'Authorized for Payment'), CLIN, Quantity, and Unit of Measure. The primary hazardous waste type appears to be 'FL04C3' and 'FL03C4', with various quantities ranging from 1 EA to 38 EA, and some measured in pounds (LB) or kilograms (KG). The file indicates a consistent process for managing and closing out hazardous waste disposals across numerous military and government installations.
    The Southeastern Regional Hazardous Waste (HW) Incineration Contract (SP4500-26-D-XXXX) outlines requirements for removing, transporting, thermally treating, and disposing of various regulated wastes, including RCRA, non-RCRA, and TSCA materials, from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. This firm-fixed price, indefinite delivery/indefinite quantity (IDIQ) contract focuses on containerized wastes, excluding bulk or compressed gas items. Key aspects include detailed pre-removal, removal, and post-removal phases covering CLIN selection, permitting, documentation, notifications, and spill responsibility. It specifies strict handling for lithium batteries, PCBs, and mercury-containing wastes, emphasizing compliance with federal and state regulations, contractor qualifications, and adherence to performance levels. The contract details procedures for task order adjustments, facility access, and reporting, ensuring safe and compliant waste management.
    The provided government file outlines essential details for waste generation and pickup, likely for a federal or state RFP or grant related to environmental services or waste management. It includes fields such as Location Name, City, State, Zip, POC Title, POC Email Address, Pickup Location, Street Address, Generator EPA ID, EPA ID Generator Status, PICK UP DODAAC, BILL-TO DODAAC/S, Generator Point of Contact (POC), POC Phone, POC Cell Phone No., and Hours of Operation. These details are critical for identifying waste generation sites, responsible parties, contact information, and logistical arrangements for waste collection, ensuring compliance with environmental regulations and efficient service delivery.
    This document outlines the additional contract terms and conditions for a federal 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 aspects include ordering procedures, specifying that orders can be issued from the award date through contract expiration, and detailing methods of issuance (mail, fax, electronically). It also sets order limitations, with minimum orders of $900.00 and maximums of $200,000.00 for single items and $500,000.00 for combinations. The contract is an indefinite-quantity type with specified minimum and maximum quantities. Provisions for extending services (up to 6 months) and the contract term (up to 60 months total duration) are included. The incorporated clauses cover a wide range of topics such as gratuities, personal identity verification, safeguarding information, prohibited contracting with certain entities (e.g., Kaspersky Lab, ByteDance, inverted domestic corporations), small business subcontracting, labor standards, foreign purchases, and combating trafficking in persons. DFARS and DLAD clauses further address defense-specific requirements like antiterrorism awareness, cyber incident reporting, and prohibitions on certain procurements (e.g., from the Xinjiang Uyghur Autonomous Region, Russian fossil fuels).
    The DLA Disposition Services Electronic Proposal Guidance outlines the mandatory procedures for submitting offers via email for RFP SP450026R0005. Proposals must be in accepted Microsoft Office formats, Adobe PDF, or HTML (without active links), or pre-approved alternative formats. Emails must adhere to a 5MB size limit, with multiple messages numbered accordingly, and subject lines must include “OFFER– SP450026R0005, COMPANY NAME, CLOSES [closing date].” Questions must be emailed to the Primary Point of Contact (POC). Offers are submitted at the contractor's risk, and password-protected submissions require the password to be provided to the POC before the closing date. Offerors are responsible for ensuring virus-free submissions and verifying receipt with the Contracting Officer. Proposals must be organized into three volumes: Volume I for Certifications and Price Schedule, Volume II for Past Performance Information, and Volume III for Technical Proposal. Pricing must be a single unit price per line item, with no zero unit pricing, and adhere to standard rounding rules. Past Performance Information (PPI) requires details for up to three contracts within the last two years, including contact information and a description of similar work, with references submitting questionnaires directly to the point of contact. The offer prices must remain firm for 90 calendar days.
    This government file outlines the evaluation criteria for source selection, emphasizing a "Best Value" trade-off process where past performance is more critical than price. Proposals will be assessed on past performance (recency, relevance, and quality within the last two years) and price reasonableness. The government will evaluate options by adding the total price of all options to the basic requirement, plus an additional 20% of the last priced performance period for evaluation purposes, to account for potential 6-month extensions under FAR 52.217-8, where unit prices remain consistent with the immediately preceding period. Past performance evaluations involve a Performance Confidence Assessment based on submitted information, and may include data from various sources like CPARS and other government agencies. The government reserves the right to prioritize evaluation of past performance proposals from offerors with the most competitive pricing, potentially foregoing evaluations of higher-priced proposals if a lower-priced one already received the highest possible past performance rating.
    This government document outlines a Past Performance Information (PPI) Questionnaire for offerors bidding on DLA Disposition Services' solicitation for hazardous waste removal, transportation, and disposal services. The offeror is responsible for ensuring references complete and submit this questionnaire by the due date. Section 1, to be completed by the offeror, requests firm details and contract information. Section 2, to be completed by the offeror's reference, evaluates the offeror's performance across five key areas: Quality of Product/Service, Schedule, Management, Regulatory Compliance, and an "Other Comments" section including a recommendation for future awards. Each performance area uses an adjectival rating scale (Unsatisfactory to Exceptional) with definitions provided, and requires examples for both low and high ratings. The document is classified as Source Selection Sensitive and Controlled Unclassified Information (CUI).
    This SAM.gov Wage Determination (No. 1996-0223, Revision No. 67, dated 07/08/2025) outlines wage rates and fringe benefits for service contracts involving oil spill and hazardous waste cleanup nationwide, including specific regional rates for the Midwest, Northeast, South, and West. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, which are adjusted annually. The document also specifies benefits such as health & welfare, paid sick leave (EO 13706), vacation, holidays, and uniform allowances, with special provisions for Hawaii. A conformance process is provided for unlisted occupations, requiring contractors to propose classifications and wage rates for approval by the Wage and Hour Division.
    This government file, Attachment 09 to solicitation SP450026R0005, outlines two critical Federal Acquisition Regulation (FAR) provisions for offerors: 52.209-7, "Information Regarding Responsibility Matters," and 52.229-11, "Tax on Certain Foreign Procurements – Notice and Representation." FAR 52.209-7 requires offerors with active Federal contracts and grants exceeding $10,000,000 to disclose information in the Federal Awardee Performance and Integrity Information System (FAPIIS) regarding criminal, civil, or administrative proceedings within the last five years that resulted in specific dispositions, such as convictions, significant monetary penalties, or acknowledgments of fault. This ensures transparency in contractor responsibility. FAR 52.229-11 addresses a 2% tax on specified Federal procurement payments made to foreign persons for goods or services provided in non-international procurement agreement countries. Offerors must declare their foreign person status and, if applicable, claim exemptions using IRS Form W-14. Failure to submit the W-14 with the offer will result in the full 2% withholding. These provisions aim to uphold contractor integrity and ensure compliance with tax regulations for foreign procurements within federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Western Regional HW Incineration
    Dept Of Defense
    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.
    Turkey Electronic Hazardous Waste
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal, transportation, and disposal of electronic hazardous waste generated at the Incirlik Air Base in Turkey. This procurement involves the environmentally responsible disposal of approximately 13,600 KG of electronic waste, including computers and smartphones, with strict adherence to Turkish, EU, and international environmental regulations. The contract will be a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement lasting 30 months, starting from January 1, 2026, and proposals are due by the specified deadline, with all inquiries directed to Annette Graham at Annette.Graham@dla.mil.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    Medical Waste Incineration Services – Fort Detrick, MD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking qualified sources for Medical Waste Incineration Services at Fort Detrick, Maryland. The procurement involves comprehensive operation and maintenance services for a Government-Owned, Contractor-Operated (GOCO) medical waste incinerator facility, which will process over one million pounds of regulated medical waste annually, including waste from Biosafety Level 2, 3, and 4 laboratories. This initiative is critical for ensuring environmentally sound disposal and compliance with stringent safety and security standards in medical waste management. Interested parties must submit their capabilities and qualifications by 2:00 PM CT on September 22, 2025, to Alex Hatlestad at alex.j.hatlestad.civ@army.mil and Benjamin Gillen at benjamin.j.gillen.civ@army.mil.
    Scrap Disposal - Guam
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for a contract focused on scrap disposal operations in Guam. The selected contractor will be responsible for providing comprehensive services including scrap removal, demilitarization, mutilation, de-manufacturing, disposal, and recycling of various materials, ensuring compliance with environmental regulations and safety standards. This contract is particularly significant as it supports military installations in the Santa Rita region and may involve additional pickup locations as designated by the contracting officer. Proposals are due by 3:00 PM EST on January 15, 2026, and interested parties should direct their submissions and inquiries to Bradley Moehlig and Michael Mamaty via email.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Harrisburg Site Cleanup project in Pennsylvania, which involves the removal and disposal of debris from a former scrap yard. The contractor will be responsible for systematically clearing, shredding, and disposing of all scrap metal and other materials, ensuring compliance with environmental regulations and restoring the site to its original condition within three months of contract award. This procurement is a total small business set-aside under NAICS code 562119, with a firm-fixed price contract structure, and all work must be conducted within a 50-mile radius of the DLA DS Susquehanna site. Interested parties should submit their quotes by 1:00 p.m. EST on the specified deadline, and for further inquiries, they can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil.
    S222--Industrial Hazardous Waste Disposal Services – Detroit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Industrial Hazardous Waste Disposal Services for the John D. Dingell VA Medical Center located in Detroit, MI. The procurement aims to secure a contractor responsible for the comprehensive management of hazardous waste, including its characterization, packaging, transportation, treatment, recycling, and disposal, in compliance with federal and state regulations. This service is critical for maintaining safety and environmental standards within the medical facility, ensuring proper handling of various waste streams such as pharmaceutical waste, batteries, and flammable liquids. The contract has a guaranteed minimum value of $40,000 for the initial fiscal year, with a maximum total value of $400,000 over a base year and four option years. Interested parties must submit their quotes by January 9, 2026, and can direct inquiries to Contracting Officer Morgan Stein at Morgan.Stein@va.gov.
    F108--Sources Sought Hazardous Waste Disposal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified sources for hazardous waste disposal services at the Veterans Healthcare System of Cheyenne, Wyoming, specifically for the Reverse Distribution Center (RDC). The contractor will be responsible for the disposal of hazardous pharmaceutical waste as defined by the Environmental Protection Agency (EPA) and the Resource Conservation and Recovery Act (RCRA), which includes all necessary labor, materials, transportation, and documentation for waste management. This procurement is crucial for ensuring compliance with federal, state, and local regulations regarding hazardous waste disposal, and the contract will span a 12-month base period with four optional one-year extensions. Interested vendors must submit their responses by January 6, 2026, at 2:00 PM Mountain Time, via email to Charles Gritzmacher at charles.gritzmacher@va.gov.
    Other than Full and Open Competition_Integrated Waste Management
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.