SOLICITATION NOTICE
S -- Southeast Regional HW Incineration
- Notice Date
- 12/1/2025 10:12:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP450026R0005
- Response Due
- 1/2/2026 12:00:00 PM
- Archive Date
- 01/17/2026
- Point of Contact
- Elizabeth Roberts, Phone: 2699615337, Raymond Empie, Phone: 2699615034
- E-Mail Address
-
elizabeth.roberts@dla.mil, raymond.empie@dla.mil
(elizabeth.roberts@dla.mil, raymond.empie@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Combined Synopsis/Solicitation SP450026R0005 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i?xvi). Work will consist of the removal, transportation, incineration or other thermal treatment, and final disposal of Resource Conservation and Recovery Act (RCRA) regulated HW, non-RCRA wastes, Toxic Substance and Control Act (TSCA) regulated wastes, state regulated, and non-state regulated wastes generated by U.S. Department of War (DoW) and U.S. Coast Guard installations located in the seven (7) contiguous states of AL, FL, GA, MS, NC, SC, and TN. A non-exhaustive list of potential pickup locations for waste removals and other limited services is provided as attachment 3 to this notice. 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 SP450026R0005 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 2025-06 effective October 01, 2025. (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 March 2026 to September 2028 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 12:00 EST on December 15, 2025. Proposals shall be emailed to elizabeth.roberts@dla.mil and Hazardouscontracts@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Elizabeth Roberts at elizabeth.roberts@dla.mil. The cut-off date for the receipt of offeror questions is 12:00p.m. Eastern Standard Time, fourteen (14) calendar days after solicitation issuance. Questions received after that time may not receive an answer. ATTACHMENTS: Attachment 1 � Price Schedule Attachment 2 � Performance Work Statement (PWS) Attachment 3 � Pick-up Locations Attachment 4 � Additional Contract Terms and Conditions Attachment 5 � Addenda 52.212-1 Instructions Attachment 6- Addenda 52.212-2 Evaluation Attachment 7- PPI Questionnaire Attachment 8 � Department of Labor Wage Determination Attachment 9 - FAR Provision Fill-ins Attachment 10 � CAC Application Process Attachment 11- Order History
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9c389c1e7ed84eec8c039c0d90727299/view)
- Place of Performance
- Address: Anniston, AL, USA
- Country: USA
- Country: USA
- Record
- SN07653807-F 20251203/251201230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |