Opportunity

SAM #SP450026R0007

Comprehensive Hazardous Waste Removal and Disposal Services for U.S. Military Installations in the United Kingdom

Buyer

DLA DISPOSTION SERVICE - EBS

Posted

April 06, 2026

Respond By

May 06, 2026

Identifier

SP450026R0007

NAICS

562998, 562910, 562211

This opportunity seeks comprehensive hazardous and non-hazardous waste management services for U.S. military installations in the United Kingdom. - Government Buyer: - Defense Logistics Agency (DLA) Disposition Services, Department of Defense - Contracting office: DLA DISP SVCS HAZ CONTRACT, Battle Creek, MI - Scope of Services: - Removal, transportation, treatment, recycling, and disposal of a wide range of hazardous and non-hazardous wastes - Waste types include: RCRA hazardous wastes, non-RCRA wastes, state-regulated and universal wastes, compressed gases, PCBs, PFAS, batteries, acids, bases, solvents, petroleum products, e-waste, and more - Includes industrial cleaning, sampling and analysis, overpacking/lab packing, container and equipment rental, and supply of absorbent materials and spill kits - Key Products and Quantities: - Large quantities of hazardous materials for disposal (e.g., 150,577 kg waste oil, 76,044 kg heavy metals contaminated solids, 120,539 kg waste fuel) - Extensive list of batteries, chemicals, contaminated soils, containers, and absorbents (see detailed line items) - Rental of lined roll-off boxes (7, 20, 40 CBM), battery boxes, special waste containers, and compressed gas cylinder cages - Notable Requirements: - Compliance with U.S. (RCRA), UK, and EU hazardous waste regulations (ADR/IMDG/FGS) - Use of DLA Qualified Facilities List (QFL) for treatment/disposal - Strict documentation, manifesting, and cradle-to-grave audit trail - Expedited removal options (3- or 5-business-day) - Certificates of disposal/destruction required for certain waste streams (e.g., AFFF, e-waste, PCBs) - Security and installation access procedures (DBIDS) - Excludes infectious/biohazard, controlled pharmaceuticals, radioactive, and MPPEH wastes - OEMs and Vendors: - No specific OEMs or vendors are named; open to all qualified hazardous waste management firms - Place of Performance: - U.S. military and DoD installations throughout the United Kingdom - Contracting office in Battle Creek, MI - Contract Structure: - 30-month base period with a 30-month option period - Full and open competition under NAICS 562211

Description

Combined Synopsis/Solicitation SP450026R0007 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i‐xvi).  Work requires the selected contractor to provide for the removal, transportation, and disposal of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS) located on or around military installations in the United Kingdom region. The following additional information is provided in accordance with FAR 12.603(c)(2). 

(i)        This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii)       Solicitation SP450026R0007 is issued as a Request for Proposal (RFP).

(iii)      This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01, effective MARCH 13, 2026.

(iv)      This acquisition is being issued as Full and Open under the associated NAICS code 562211; the Small Business size standard is $47M.

(v)       See the attached Price Schedule.

(vi)      See the solicitation for a description of the requirement.

(vii)     The contract is anticipated to have a 30-month base period from SEPTEMBER 2026 to MARCH 2029 and a 30-month option period.  See the solicitation for a list of pickup locations.

(viii)    The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.  See the solicitation for addenda to the provision.

(ix)      The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition.  See the solicitation for addenda to the provision.

(x)       Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003), Alternate I, with your offer.

(xi)      The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. 

(xii)     The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) applies to this acquisition.  See the solicitation for 52.212-5 clauses applicable to this acquisition.

(xiii)    See the solicitation for additional contract terms and conditions.

(xiv)    The Defense Priorities and Allocations System (DPAS) is not applicable.

(xv)     Proposals are due by 5:00 PM Eastern Standard Time (EST) on MAY 06, 2026.  Proposals shall be emailed to brandon.awkerman@dla.mil and Hazardouscontracts@dla.mil

(xvi)    Offerors must submit all questions regarding this solicitation in writing via email to Brandon Awkerman at brandon.awkerman@dla.mil.  The cut-off date for the receipt of offeror questions is 12:00 PM EST on April 20, 2026.  Questions received after that time may not receive an answer.

ATTACHMENTS:

Attachment 1 – Performance Work Statement (PWS)

Attachment 2 – Price Schedule

Attachment 3 – UK Pick-up Locations

Attachment 4 – DLA Form 2539 Customers Verification of Services

Attachment 5 – DD Form 1155

Attachment 6 – Invoice DLA Form 2505

Attachment 7 – CAC Application Process

Attachment 8 – DLA Form 2503 Transporter Qualification

Attachment 9 – DLA Form 2507 TSDF QFL Application

Attachment 10 – DLA 2514 Contract Modification Request

Attachment 11 – DLA Form 2511 HWPS

Attachment 12 – Certificate of Disposal Destruction (Example)

Attachment 13 – FGS-UK with Appendices

Attachment 14 – 48FW HWMP 01April2025

Attachment 15 – Additional Contract Terms and Conditions

Attachment 16 – Addenda to 52.212-1 Instructions to Offerors

Attachment 17 – Addenda to 52.212-2 Evaluation

Attachment 18 – FAR Provision Fill-ins

Attachment 19 – PPI Questionnaire

View original listing