DLA Disposition Services_Pearl Harbor Solid Waste Removal
ID: SP451025Q1048Type: Solicitation
Overview

Buyer

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

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Defense Logistics Agency (DLA) Disposition Services is seeking qualified small businesses to provide solid waste removal services at the Pearl Harbor site in Hawaii. The procurement involves a Firm Fixed Price contract for a base period of 12 months, with four additional 12-month option periods, totaling a maximum of five years. This contract is crucial for the DLA's mission to manage excess and surplus property from the Department of Defense, ensuring compliance with local, state, and federal regulations while promoting recycling and waste-to-energy initiatives. Interested vendors must submit their quotes by 3:00 PM EST on August 12, 2025, and direct any inquiries to June Lee at june.lee@dla.mil or Matthew Wonch at matthew.wonch@dla.mil.

    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Disposition Services (DS) in Pearl Harbor requires solid waste removal services, including industrial waste, military textiles, and tires. This Indefinite Delivery Indefinite Quantity (IDIQ) contract will span a 12-month base period with four 12-month options, totaling five years. The contractor will provide and maintain 40 cubic yard roll-off containers for different waste types, ensuring timely removal and replacement. All disposal must adhere to local, state, and federal regulations, with a strong encouragement to utilize Oahu’s H-POWER plant for waste-to-energy conversion and recycling. Military textiles with specific demilitarization (DEMIL) codes require secure handling and direct incineration, with DoD representatives escorting these materials. The contract specifies performance at Joint Base Pearl Harbor Hickam and outlines details for invoicing, federal holidays, safety, security, and spill responsibility, including a minimum contract value of $2,000.00 and a maximum of 150% of the estimated value.
    The provided document is a price schedule for solid waste management services at Pearl Harbor, likely part of a federal RFP. It outlines services across a base period of 12 months and four subsequent 12-month option periods. The schedule details various line items (CLINs) for collection and disposal of different waste types, including industrial waste in 40-yard containers (with specified weight limits), scrap tire disposal/recycling, and collection/disposal of military textiles for direct incineration (also with weight limits and DEIL codes). Each period includes charges for standard waste collection, as well as special handling charges for containers exceeding maximum weight and additional charges for containers on-site for over 15 calendar days. The document lists quantities for each service but all estimated and extended prices are currently set at $0.00, indicating it is a template or preliminary schedule where pricing will be filled in by bidders.
    The document is a federal wage determination (No. 2015-5689, Revision No. 25, dated 06/02/2025) issued by the U.S. Department of Labor's Wage and Hour Division. It outlines minimum wage rates and benefits for service contract employees, particularly those in American Samoa, Hawaii, and Johnston Island, under the Service Contract Act. Key provisions include minimum wage requirements enforced by Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates. It specifies health and welfare benefits for Hawaii, vacation accrual (2-4 weeks), and eleven paid holidays. The document lists various occupations with their corresponding hourly rates, from administrative support to technical and transportation roles. It also details special pay differentials for hazardous work (4-8%), uniform allowances, and procedures for classifying unlisted occupations (conformance process) using Standard Form 1444.
    The SP451025Q1048 document, detailing Q&A for the Pearl Harbor Solid Waste Removal RFP, addresses various aspects of waste management services at DLA Disposition Services, Pearl Harbor, HI. Key points include clarifications on CLIN structures for different waste streams, the potential for special handling CLINs for over-ton limits, and reimbursement for tire recycling disruptions. It specifies that off-island recycling of tires to Asia is non-compliant with export rules, requiring a US-based alternative. The document also clarifies the on-base disposal location for textiles with required escorts for DEMIL-coded items. It states that the project falls under the Service Contract Act (SCA), not Davis-Bacon rates. Additionally, it outlines contractor responsibilities for off-loading materials and the detailed process for weighing bins from Building 1656, which receives diverse scrap materials from various military branches across the Hawaiian Islands, Marshall Islands, and Guam.
    The Defense Logistics Agency (DLA) Disposition Services (DS) seeks a contractor for Solid Waste Removal services at Pearl Harbor. This performance work statement outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base period and four optional extensions, totaling a maximum of five years. The contractor will supply several roll-off containers for different types of waste, including industrial solid waste, textiles, and tires, ensuring timely collection and proper disposal. Key stipulations include compliance with applicable laws, the provision of necessary Personal Protective Equipment, and adherence to safety protocols. The contractor is responsible for all spills and must maintain quality standards through a Quality Control Plan. Additionally, the contractor must operate within federal and installation-specific security requirements. Invoicing will be conducted monthly via the Department of Defense Wide Area Workflow system, with a minimum contract value of $2,000 and a maximum of 150% of the estimated contract value. This document serves to ensure that DLA DS can efficiently manage its waste disposal while supporting its operational needs and compliance with environmental regulations.
    The document outlines the price schedule for solid waste management services at Pearl Harbor, detailing multiple options for collection and disposal over a 12-month contract period. Each option specifies quantities and required services, including charges for special handling and extended on-site storage of waste containers. There are four primary options presented, with each option associated with specific types of waste, particularly focusing on industrial waste, military textiles, and scrap tire disposal, all requiring various handling provisions based on weight limits for the containers. Each section lists estimated prices, currently set at $0.00. The overall purpose of this document is to establish a framework for soliciting bids from contractors, detailing expectations for service delivery while ensuring compliance with contract specifications. The comprehensive structure serves to inform potential bidders about the scope of work, facilitating competitive proposals to meet the waste management needs specific to the military context at Pearl Harbor.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor. It specifies minimum wage rates and fringe benefits required for various occupations in federal contracts. The minimum wage rates are linked to Executive Orders 14026 and 13658, with set wages of $17.75 and $13.30 per hour respectively based on contract dates. The file includes detailed wage listings for numerous occupations, including administrative support, automotive services, health occupations, and information technology roles, detailing rates for each classification. Additionally, benefits such as health and welfare, vacation, and holidays are outlined, along with specific provisions for paid sick leave as per Executive Order 13706. The document emphasizes that the wage determination applies to specific states and areas and includes guidance on employee classifications and requirements for contractors. Overall, it serves as a comprehensive resource for contractors to ensure compliance with federal wage and labor regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.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 essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    Hazardous Waste Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews, Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to applicable laws and standards. This procurement is crucial for maintaining a clean and efficient waste management system at the base, ensuring compliance with environmental regulations. Interested small businesses must submit their quotes via email by December 12, 2025, at 4:30 PM EST, and can direct inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.