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) 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.

    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
    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.
    Mid America Incineration
    Buyer not available
    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.
    HVF Precious Metals
    Buyer not available
    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.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    IFB 33-5056_METALLIC AND NON-METALLIC SCRAP SALE, ANNISTON, AL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering an opportunity for the sale of metallic and non-metallic scrap located in Anniston, Alabama, under Invitation for Bid (IFB) 33-5056. Bidders are required to submit sealed bids for all Contract Line Item Numbers (CLINs) by December 17, 2025, at 1:00 p.m. EST, with the contract potentially extending for an additional two years beyond the initial three-year term. This sale is significant for recycling efforts and the management of surplus government property, emphasizing compliance with federal, state, and local regulations, including environmental responsibilities. Interested bidders should contact Brian Kemp at BRIAN.KEMP@DLA.MIL or Scott Rogers at scott.rogers@dla.mil for further details and to ensure adherence to the bidding process outlined in the attached documents.
    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.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.
    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.