DLA Disposition Services_Pearl Harbor Solid Waste Removal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Disposition Services is seeking proposals for Solid Waste Removal Services at its Pearl Harbor, Hawaii site. This is a Total Small Business Set-Aside combined synopsis/solicitation issued as a Request for Quotation (RFQ). The contract will be a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) with a base period and four 12-month option years, totaling up to five years. Quotes are due by May 28, 2026, at 03:00 PM EST.
Scope of Work
The contractor will provide comprehensive solid waste removal services, including:
- Container Provision: Supply and maintain 3-5 40 cubic yard uncovered roll-off containers for industrial waste, textiles, and tires. Containers must be in good condition, free of excessive corrosion, residue, graffiti, and offensive odors.
- Waste Removal: Remove full containers within two business days of request. Containers must be inspected by the Contractor and DLA DS site POC prior to removal.
- Disposal: Dispose of all solid waste in compliance with Federal, State, and local laws, with a preference for disposal at Oahu's H-POWER plant to support zero landfill initiatives. Recycling opportunities should be utilized.
- Special Waste Handling: Manage military textiles according to DEMIL codes, requiring DoW escort to disposal sites. Handle various types of tires, including vehicular, aircraft, and forklift tires.
- Weighing & Documentation: Weigh containers at Building 1656 using USG scales and provide weight tickets or comparable documentation, manually signed by a USG representative. Containers at Buildings 490/491 do not require weighing.
- Compliance: Adhere to all installation safety, security, and traffic regulations. Contractor is responsible for all required documentation and installation access.
Contract Details
- Contract Type: Firm Fixed-Price IDIQ
- Duration: One base year plus four 12-month option years (total maximum 5 years).
- Set-Aside: Total Small Business (NAICS 562111, $47.0M size standard).
- Place of Performance: DLA DS Pearl Harbor, Joint Base Pearl Harbor Hickam, HI (Buildings 490, 491, 1526).
- Minimum/Maximum: $2,000.00 minimum contract value; maximum 150% of estimated contract value. No minimum for option periods.
- Invoicing: Monthly via Department of War Wide Area Workflow (WAWF).
Key Requirements & Evaluation
Bidders must submit unit prices for various waste collection and disposal services as outlined in the provided price schedule (Attachment 2). All estimated prices are currently zero, requiring bidders to propose their own pricing. A Wage Determination (No. 2015-5689, Rev. 27) is included (Attachment 3), dictating minimum wage rates and fringe benefits for Service Contract Act work in the region, which must be factored into proposals. Contractors are responsible for developing and submitting a Quality Control Plan (QCP) within 10 business days of award and are solely responsible for spill cleanup. Evaluation will be based on factors consistent with FAR Subpart 12, including price and likely past performance (indicated by a Past Performance Questionnaire attachment).
Important Dates
- Questions Due: May 12, 2026, 03:00 PM EST (Submit to june.lee@dla.mil)
- Quotes Due: May 28, 2026, 03:00 PM EST (Submit to june.lee@dla.mil)