Opportunity
SAM #SP451026Q1021
Solid Waste Removal and Secure Disposal Services at DLA Disposition Services Pearl Harbor
Buyer
DLA DISPOSITION SERVICES - EBS
Posted
April 29, 2026
Respond By
May 28, 2026
Identifier
SP451026Q1021
NAICS
562111, 562213
This opportunity is for solid waste removal services at DLA Disposition Services, Pearl Harbor, Hawaii. - Government Buyer: - Defense Logistics Agency (DLA) Disposition Services, Pearl Harbor - Scope of Services: - Collection and disposal of solid industrial waste using 40 cubic yard (CY) roll-off containers - Scrap tire disposal and recycling in 40 CY containers - Secure collection and direct incineration of military textiles (e.g., uniforms, netting, parachutes) - Additional handling charges for overweight containers and extended on-site container use - Product/Service Line Items: - Collection and disposal of industrial waste (up to 60 units, 40 CY containers, max 7.5 tons each) - Scrap tire disposal/recycling (up to 30 units, 40 CY containers, max 7.5 tons each) - Secure disposal of military textiles (up to 60 units, 40 CY containers, max 9 tons each) - Special handling charges for overweight containers (up to 120 units) - Additional charges for containers onsite over 15 days (up to 300 units) - Unique Requirements: - Secure disposal of military textiles with direct incineration - Compliance with federal, state, local laws, and installation policies - Coordination with site point of contact for access and deliveries - Performance at Joint Base Pearl Harbor Hickam, specifically Buildings 490, 491, and 1526 - OEMs and Vendors: - No specific OEMs or vendors are named; open to qualified small businesses - Contract Structure: - Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) - One base period plus four 12-month option years (up to five years total) - Place of Performance: - Joint Base Pearl Harbor Hickam, Buildings 490, 491, and 1526, Pearl Harbor, HI - Estimated Contract Value: - Likely range: $500,000 to $2,000,000 over five years (based on scope and industry norms) - Potential Competitors: - Waste Management, Republic Services, Covanta, Hawaiian Hauling, Pacific Waste, Inc.
Description
DLA Disposition Services Solid Waste Removal, Pearl Harbor, HI
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice”.
The solicitation number is SP4510-26-Q-1021 and is being issued as a request for quotation (RFQ).
This is a 100% set-aside for small businesses. This is for Solid Waste Removal Service at DLA Disposition Services - Pearl Harbor site (Pearl Harbor, HI). The associated North American Industrial Classification (NAICS) code for this procurement is 562111, with a small business size standard of $47.0 million. The requirement will result in one (1) base period plus four (4) 12-month option year periods of performance for a Firm Fixed Price contract. The total contract length shall not exceed five (5) years.
This requirement is a Firm Fixed Price IDIQ contract. Pricing must be Fixed Price for the entirety of services quoted.
All questions related to this acquisition shall be submitted via email to june.lee@dla.mil and are to be received no later than 03:00 PM (EST), May 12, 2026. All questions will not be answered via telephone. Answers will be submitted to SAM.gov as an amendment to the solicitation. All questions that occur after the cut-off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote. Quotes shall be submitted via email to june.lee@dla.mil. All quotes and additional required documentation are to be received no later than 03:00 PM (EST), May 28, 2026.
See Attachment for the Price Schedule and Specifications/Additional Terms.
All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be made during normal installation work hours which are available from the above POC, excluding Federal holidays.
Notes:
Addendum to 52.212-2 Evaluation – Commercial Items and FAR 52.212-01 Fill-in coverage listed at the end of the PWS.
Any award made off this solicitation will be published on www.sam.gov. Offers are advised to frequently check www.sam.gov for any modifications to the solicitation and for the system award notice. Unsuccessful offerors will not be notified separately of their unsuccessful proposals.
The following contract provisions and clauses apply to this acquisition
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.203-6 Restrictions on Subcontractor Sales to the Government Alt 1 NOV 2021
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2021
52.204-13 System for Award Management Maintenance OCT 2018
52.204-7 System for Award Management NOV 2024
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025
52.209-7 Information Regarding Responsibility Matters OCT 2018
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters OCT 2018
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services SEP 2023
52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services NOV 2023
52.216-18 Ordering AUG 2020
52.216-19 Order Limitations OCT 1995
52.216-22 Indefinite Quantity OCT 1995
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.219-14 Limitations on Subcontracting OCT 2022
52.219-28 Post-Award Small Business Program Representation JAN 2025
52.219-6 Notice of Total Small Business Set-Aside NOV 2020
52.219-8 Utilization of Small Business Concerns JAN 2025
52.222-19 Child Labor—Cooperation with Authorities and Remedies JAN 2025
52.222-3 Convict Labor JUN 2003
52.222-35 Equal Opportunity for Veterans JUN 2020
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.222-37 Employment Reports on Veterans JUN 2020
52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010
52.222-41 Service Contract Labor Standards AUG 2018
52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) AUG 2018
52.222-50 Combating Trafficking in Persons OCT 2025
52.222-54 Employment Eligibility Verification JAN 2025
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022
52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons MAY 2024
52.223-23 Sustainable Products and Services MAY 2024
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024
52.229-11 Tax on Certain Foreign Procurements—Notice and Representation JUN 2020
52.232-17 Interest MAY 2014
52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023
52.233-2 Service of Protest SEP 2006
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984
52.240-90 Security Prohibitions and Exclusions Representations and Certifications DEC 2025
52.240-91 Security Prohibitions and Exclusions DEC 2025
52.240-93 Basic Safeguarding of Covered Contractor Information Systems DEC 2025
52.247-34 F.o.b. Destination JAN 1991
52.252-5 Authorized Deviations in Provisions NOV 2020
52.252-6 Authorized Deviations in Clauses NOV 2020
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7004 Antiterrorism Awareness Training for Contractors FEB 2026
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019
252.204-7022 Expediting Contract Closeout MAY 2021
252.204-7024 Notice on the use of the Supplier Performance Risk System FEB 2026
252.204-7998 Alternate A, Annual Representations and Certifications FEB 2026
252.205-7000 Provision of Information to Cooperative Agreement Holders OCT 2024
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7000 Buy American--Balance of Payments Program Certificate—Basic
FEB 2024
252.225-7001 Buy American and Balance of Payments Program--Basic FEB 2024
252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022
252.225-7012 Preference for Certain Domestic Commodities APR 2022
252.225-7048 Export-Controlled Items JUN 2013
252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten MAY 2024
252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation JUN 2023
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns JAN 2023
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023
252.243-7002 Requests for Equitable Adjustment DEC 2022
252.247-7023 Transportation of Supplies by Sea--Basic OCT 2024
DLAD Provisions & Clauses
5452.233-9001 Disputes – Agreement to Use Alternative Dispute Resolution JUN 2020
C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components DEC 2016
C03 Contractor Retention Of Supply Chain Traceability Documentation SEP 2016
L06 Agency Protests DEC 2016
L09 Reverse Auction OCT 2016