Turkey Electronic Hazardous Waste
ID: SP4500-26-R-0006Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the disposal of electronic waste (e-waste) in Turkey. The CLIN (Contract Line Item Number) TX94C7 specifies the disposal of 13,600 KG of toxic electronic waste, including items such as computers, smartphones, USB drives, solid-state drives, and hard drives. The waste is solid and requires demilitarization (Demil-Required) and certified destruction (CD required). Permissible waste codes are D004-11, and the European Waste Catalogue (EWC) code is 20-01-36. This RFP focuses on environmentally responsible and secure disposal of sensitive electronic materials.
    The DLA FORM 1367, issued by the Defense Logistics Agency (DLA), serves as a Shipment Receipt/Delivery Pass for property removal from an activity or installation. This form is prescribed by DLAI 4160.01 and sponsored by Disposition Services. It captures critical information for tracking and security, including details about the customer, material description, quantity, contract information, and shipment type (partial or final). The form also records vehicle information, driver and passenger details, and weather conditions. Security personnel complete specific sections, and authorized representatives and purchasers sign to acknowledge the release and receipt of property. It includes fields for digital weight indicator and printer tickets, weighmaster initials, and time stamps for loading and departure, ensuring a comprehensive record of the property transfer.
    The Final Governing Standards for Türkiye (FGS-Türkiye) outlines environmental compliance requirements for all U.S. Department of Defense (DoD) installations and entities operating in Türkiye. Approved by the Office of the Deputy Assistant Secretary of the Air Force (Infrastructure, Energy, and Environment) (SAF/IEE), this updated document, effective April 2025, supersedes the 2016 version. It establishes environmental standards, criteria, and best management practices based on Turkish environmental laws, international agreements, and the Overseas Environmental Baseline Guidance Document. The FGS-Türkiye details responsibilities for DoD components, the U.S. European Command (USEUCOM), and the Lead Environmental Component (LEC), SAF/IEE. It covers diverse areas, including historic and cultural resources, natural resources, air emissions, asbestos, lead-based paint, and PCBs, ensuring consistent application of environmental protection measures across DoD operations in Türkiye.
    The U.S. Military Group – Türkiye (USMILGP-T) has issued a guide for U.S. contractors operating with U.S. Forces in Türkiye, outlining the registration process to secure privileges such as tax exemptions and customs duty relief. This process, facilitated by Exchange of Diplomatic Notes (DipNote) 630, requires contracting offices to provide specific company and contract details to USMILGP-T for diplomatic notification to the Turkish Ministry of Foreign Affairs (MFA). Upon MFA's acknowledgment, contractors must register with the Turkish tax office, although they remain exempt from corporation and income taxes for DoD-related work. Additionally, contractors must comply with Turkish laws regarding visas, residence, and work permits for all employees, including local and third-country nationals, and are responsible for ensuring adherence to all relevant Turkish legislation. This document is informational and not legal advice.
    This document outlines instructions for submitting electronic proposals to DLA Disposition Services for hazardous waste disposal solicitations. Submissions must be in English, typed, and emailed in specific Microsoft Office, PDF, or HTML formats; alternate formats require prior approval. Each email should not exceed 5MB, with multiple messages numbered accordingly. Proposals must include two volumes: Volume I for certifications and pricing, and Volume II for past performance information. Volume I details required company information, statements of capability, contact information, price schedules, and completed provisions. Volume II requires past performance for up to three contracts within the last two years, including detailed contract information and points of contact. Pricing must be single and firm for 90 days, with no zero unit pricing. Offerors are responsible for ensuring timely and virus-free submissions, verifying receipt with the Contracting Officer, and ensuring references submit past performance questionnaires directly. Unreadable or virus-infected offers will be rejected. This ensures compliance and facilitates a standardized evaluation process.
    This document outlines the source selection method for government contracts, emphasizing a best value trade-off process where past performance is significantly more important than price. Proposals will be evaluated based on past performance and price reasonableness. For evaluation purposes, options will be considered by adding the total price for all options to the basic requirement, plus an additional 20% of the last priced performance period for potential extensions under FAR 52.217-8. Unbalanced option prices may lead to an offer being deemed unacceptable. Past performance will be assessed through a Performance Confidence Assessment, evaluating relevance, scope, magnitude, complexity, and actual performance. The government may use various sources for past performance information, including CPARS and other agencies, and will subjectively assess all relevant facts. Offerors without a past performance record will not be favorably or unfavorably assessed. The document also notes an
    This document is a Past Performance Information (PPI) Questionnaire for offerors bidding on DLA Disposition Services' solicitations for hazardous waste removal, transportation, and disposal services. It is a critical component of federal government RFPs, designed for offerors to provide references to the Government regarding their past performance. The questionnaire is divided into two sections: Section 1 is to be completed by the offeror, detailing their firm's information and specific contract details with the reference, including contract title, value, description of services, hazardous waste streams, and performance metrics. Section 2 is for the offeror's reference to complete, evaluating the offeror's performance across five key areas: Quality of Product/Service, Schedule, Management, Regulatory Compliance, and an
    This government file outlines the additional contract terms and conditions for an 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, identity verification, system for award management, safeguarding information systems, and contract terms implementing statutes or executive orders, including prohibitions on certain confidentiality agreements, Kaspersky Lab products, specific telecommunications equipment, and inverted domestic corporations. It also details ordering procedures, including minimum ($1,000) and maximum ($200,000 for single items, $500,000 for combined items) order limitations, indefinite quantity provisions, and a six-month option to extend services. DFARS clauses address whistleblower rights, antiterrorism training, safeguarding defense information, prohibitions on transactions with the Maduro regime, Russian fossil fuel operations, and foreign-made unmanned aircraft systems. DLAD clauses cover contractor personnel security and operations security. The document also includes FAR, DFARS, and DLAD provisions related to system for award management, reporting requirements, and various prohibitions and representations.
    The "Turkey Electronic Waste Disposal Contract" (SP4500-25-D-XXXX) outlines requirements for the removal, transportation, and disposal of electronic waste from the U.S. Department of Defense installation at Incirlik Air Base. The contractor must comply with Turkish, EU, and international environmental, safety, and health laws, utilizing only Defense Logistics Agency (DLA) Qualified Facilities List (QFL) Treatment, Storage, and Disposal Facilities (TSDFs). Key phases include pre-removal documentation, secure removal procedures with strict personnel and vehicle security, and post-removal reporting. The contract emphasizes demilitarization (DEMIL) and mutilation (MUT) of specific equipment, requiring 100% USG observation and adherence to facility security standards. Performance levels are strictly monitored, and non-compliance can lead to monetary deductions. The contract is a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement with a 30-month base period, managed through Task Orders (TOs) with a minimum charge of $1,000. It also details invoicing, payment, and contractor indemnification, ensuring comprehensive oversight and accountability for electronic waste management.
    The DD FORM 1348-1A, JUL 91 (EG) is an Issue Release/Receipt Document used for processing turn-ins within the Department of Defense. This document outlines the minimum required information that must be legible and preferably typewritten to ensure proper processing. Key fields include the National Stock Number (Block 25) or Federal Supply Classification with a NATO code and noun name for unassigned items, Unit of Issue (cc 23-24), Quantity (cc 25-29), and Document Number (Block 24), which combines the DoD Activity Address Code (DoDAAC), Julian Date, and Serial Number. Other crucial details are the Disposal Authority Code (cc 64), Demilitarization Code (cc 65), Supply Condition Code (cc 71), and Unit Price (cc 74-80), with an estimated acquisition cost if the exact price is unknown. The form also requires information on where items are Shipped From (Block 2) and Shipped To (Block 3), Mark For (Block 27) for hazardous materials, Project (Block 27) for property categories, Total Price (Block 1) derived from unit price and quantity, and Item Nomenclature (Block 17). Additionally, it mandates signatures and dates from the individual who Selected By (Block 22) and Packed By (Block 23), with a point of contact and phone number. Remarks (Block 27) are available for any necessary statements or certifications, ensuring comprehensive documentation for all transactions.
    The DD FORM 1155, DEC 2001, titled "ORDER FOR SUPPLIES OR SERVICES," is a standard government form used for issuing delivery orders, calls against existing contracts, or new purchase orders. This form is prescribed by DFARS 253.213 and outlines the essential details required for federal government procurement of supplies or services. It includes sections for contract and order numbers, dates, requisition details, issuing and administering offices, delivery terms (FOB), contractor information, delivery dates, and discount terms. The form also allows contractors to indicate if they are a small, small disadvantaged, or women-owned business. Key sections detail invoicing instructions, payment information, and a schedule of supplies/services with quantities, units, unit prices, and total amounts. It includes a formal acceptance section for the contractor, certification for payment, and a detailed record of inspection, receipt, and acceptance by an authorized government representative. Additionally, the form provides fields for shipping, payment, and accounting data, ensuring comprehensive documentation of the procurement process.
    The document states that Adobe Reader 8 or higher is required to view its content, indicating a technical issue with accessing a government file. It suggests that the user may not have the necessary software installed or their viewing environment is improperly configured. The document provides a link to Adobe's website for instructions on installing Adobe Reader and configuring the viewing environment. This issue is crucial for government RFPs, federal grants, and state/local RFPs, as it impedes access to important documents, potentially affecting application processes or compliance. The main purpose is to inform users about a technical requirement for document access and guide them to a solution.
    The document is not a government file but rather a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader or seek further assistance with Adobe Reader. The message also includes trademark information for Windows, Mac, and Linux. This content is irrelevant to government RFPs, federal grants, or state/local RFPs, as it only addresses a technical display issue.
    The document states that Adobe Reader 8 or higher is required to view its content. It further indicates that the user's viewing environment may not be properly configured to use Adobe Reader, or the software may not be installed. The document provides a link (http://www.adobe.com/go/pdf_forms_configure) for information on how to install Adobe Reader and configure the viewing environment. This document, likely part of a government RFP, federal grant, or state/local RFP, serves as a technical prerequisite for accessing critical information, ensuring all potential bidders or applicants have the necessary software to view official documents.
    The DLA Form 2511, November 2016,
    The Uniform Hazardous Waste Manifest (EPA Form 8700-22) is a standardized federal form for tracking hazardous waste from generation to disposal. It requires detailed information from the generator, including ID numbers, mailing and site addresses, and emergency contact. The manifest also identifies transporters (up to two) with their company names and EPA ID numbers, and the designated facility receiving the waste, including its EPA ID and phone number. Key sections cover the description of hazardous materials (U.S. DOT shipping name, hazard class, ID number, packing group), container details (number, type, total quantity, unit, waste codes), and special handling instructions. Both the generator and transporters must certify the accuracy and compliance of the consignment with regulations. The form includes provisions for international shipments, discrepancy reporting, and hazardous waste management method codes. Finally, the designated facility certifies receipt of the materials, noting any discrepancies. This form is essential for regulatory compliance and safety in hazardous waste management.
    The Uniform Hazardous Waste Manifest (Continuation Sheet) (OMB No. 2050-0039) is a federal form used for tracking hazardous waste shipments. This document, EPA Form 8700-22A (Rev. 12-17), serves as a continuation sheet, capturing additional details not fitting on the primary manifest. It requires information such as the Generator's Name and ID Number, Transporter Company Names and U.S. EPA ID Numbers, and a detailed U.S. DOT description of the hazardous materials including Proper Shipping Name, Hazard Class, ID Number, and Packing Group. The form also specifies the number and type of containers, total quantity, unit of weight/volume, and waste codes. Sections for special handling instructions, transporter acknowledgments of receipt (including signatures and dates), discrepancy reporting, and hazardous waste report management method codes are included. This form is crucial for regulatory compliance, ensuring proper tracking and management of hazardous waste from generation to treatment, disposal, or recycling, and is integrated with EPA's e-MANIFEST SYSTEM for designated facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Southeast Regional HW Incineration
    Dept Of Defense
    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.
    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.
    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.
    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.
    Tech & Info Tailored Logistics Support Program
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the Technology & Information Tailored Logistics Support Program (Tech & Info TLSP) under Solicitation Number SPE8EG-24-R-0001. This procurement aims to provide a range of technology and information-related products and incidental services to military commands, federal agencies, and other authorized DLA customers worldwide, with a focus on commercial products including advanced manufacturing and communication equipment. The contract will be structured as multiple Indefinite Delivery, Indefinite Quantity (IDIQ) awards over a seven-year term, with an estimated total value of $7.3 billion and a maximum ceiling of $11 billion. Interested parties must submit their proposals via DIBBS by January 14, 2026, and can contact Tiffany McFadden at tiffany.mcfadden@dla.mil for further information.
    HVF Precious Metals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the destruction of classified information technology (IT) equipment under the contract FA9401-23-P-0031. The procurement focuses on the disposal of computers, servers, peripherals, and other items that have been in contact with U.S. Government classified information, requiring compliance with specific destruction standards. HVF Precious Materials has been identified as the sole contractor capable of fulfilling these requirements due to its approval by the Air Force Office of Special Investigation (AFOSI) and its proximity to Kirtland Air Force Base, which minimizes transportation costs and time for government personnel. Interested parties can reach out to Elizabeth Ongstad at elizabeth.ongstad@us.af.mil or Nathaniel Bovell at nathaniel.bovell@us.af.mil for further information.
    IFB 33-5059 - METALLIC and NON-METALLIC SCRAP SALE, FAIRBANKS, AK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a three-year term contract for the sale of metallic and non-metallic scrap located at Fairbanks, Alaska, under Invitation for Bid (IFB) 33-5059. Bidders are required to submit sealed bids by January 5, 2026, at 1:00 p.m. EST, and must agree to pay for and remove the property within 90 calendar days of bid acceptance, adhering to environmental regulations and handling requirements outlined in the bid documents. This sale is significant for recycling efforts and the management of surplus government property, with the government guaranteeing minimum quantities of scrap and providing options for contract extensions. Interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.
    31-5005 Foreign Excess Personal Property (FEPP) Sigonella, IT
    Dept Of Defense
    The Defense Logistics Agency (DLA) is offering a 36-month term contract for the sale of Foreign Excess Personal Property (FEPP) located at DLA Disposition Services in Sigonella, Italy. This procurement involves the sale of various items classified as "new," "usable," or "repairable," with an estimated Original Acquisition Value of $5,000,933, and bidders are required to submit offers as a percentage of this value. The property will be sold "as-is, where-is," and there are no minimum or maximum quantity limits; purchasers must accept all tendered material and comply with U.S. export control regulations. Interested bidders should note that the deadline for bid submission has been extended to December 29, 2025, at 1:00 PM EST, and must acknowledge receipt of the amendment to ensure their bids are considered. For further inquiries, bidders can contact Kris Smoker at kris.smoker@dla.mil or Thomas Marcum at 269-961-5146.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Djibouti facility in Africa. The primary objective of this procurement is to ensure efficient management and execution of receiving, storage, inventory, packaging, and distribution of sustainment cargo for customers in the region. These services are critical for maintaining operational readiness and support for military operations, as the Djibouti Distribution Center serves as a key logistics hub. Interested contractors should note that proposals are due by January 21, 2026, with questions accepted until October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963. This opportunity is a total small business set-aside, requiring compliance with military preservation, packing, and marking standards, with all shipments to be delivered Free On Board (FOB) destination to Texarkana, TX. The waste receptacles are essential for maintaining cleanliness and organization in military environments, and the selected contractor will be responsible for all associated testing costs. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil or by phone at 571-588-9006.