Hazardous Waste Removal Eastern Europe and Israel

SOL #: SP450026R0008Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA DISPOSITION SERVICES - EBS
BATTLE CREEK, MI, 49037-3092, United States

Place of Performance

Place of performance not available

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

Waste Treatment And Storage (S222)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 26, 2026
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 18, 2026, 6:00 PM

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 - EBS is soliciting proposals for Hazardous and Non-Hazardous Waste Removal, Transportation, Treatment, Recycling, and Disposal Services. This Full and Open opportunity targets U.S. Department of War (DoW) installations across Eastern Europe and Israel. Proposals are due by May 18, 2026, at 2:00 PM EST.

Scope of Work

The primary scope involves the end-to-end management of various waste streams, including RCRA hazardous wastes, non-RCRA wastes, State-Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS). Services are required at DoW installations in Austria, Bulgaria, Croatia, Czechia, Estonia, Finland, Greece, Hungary, Kosovo, Latvia, Lithuania, Montenegro, Norway, Poland, Romania, Slovakia, Slovenia, Sweden, and Israel, with potential for additional Eastern European countries. Additional services may include provision of supplies, sampling and analytical services, equipment rental, overpacking/loose-packing, lab packing, industrial cleaning, and removal of appliances containing ozone-depleting substances (ODS). Excluded wastes are infectious/biohazardous medical, controlled pharmaceutical, radioactive, and Materials Potentially Presenting an Explosive Hazard (MPPEH). All operations must comply with Host Nation (HN) and European Union (EU) standards, including ADR and IMDG codes. Standard removal time is 15 business days (20 for Greece), utilizing DLA Qualified Facilities (QFL) and Qualified Transporters (QTL).

Contract Details

  • Contract Type: Combined Synopsis/Solicitation (Request for Proposal) for Commercial Items.
  • Period of Performance: One 30-month base period, followed by one 30-month option period.
  • NAICS Code: 562211 (Waste Treatment And Storage).
  • Set-Aside: Full and Open.
  • Place of Performance: U.S. Department of War (DoW) installations in the specified Eastern European countries and Israel, or within a 50-mile radius of listed pickup locations.
  • Key Attachments: Include a detailed Price Schedule, Performance Work Statement (PWS), Pickup Locations, Additional Contract Terms and Conditions, Instructions to Offerors, Evaluation Criteria, Past Performance Information (PPI) Questionnaire, CAC Application Process, FAR Provision Fill-ins, DD Form 1348-1A, and 44-Month Ordering History.

Submission & Evaluation

  • Proposal Due Date: May 18, 2026, 2:00 PM EST.
  • Submission Method: Electronic via email to raymond.empie@dla.mil and Hazardouscontracts@dla.mil. Proposals must adhere to a 5MB per message limit and be sequentially numbered if multiple emails are sent.
  • Proposal Structure: Proposals must be submitted in two volumes: Volume I (Certifications and Price Schedule) and Volume II (Past Performance Information).
  • Questions Due: Within 14 calendar days after solicitation issuance (approximately May 1, 2026), submitted in writing via email to Raymond Empie.
  • Evaluation: A Best Value Trade-off Process will be used, with Past Performance significantly more important than Price.
    • Past Performance: Evaluated on recency (within the last 2 years), relevance (scope, magnitude, complexity), and quality. Offerors must provide up to three contracts and ensure references complete the provided PPI Questionnaire (Attachment 7).
    • Price: Evaluated for reasonableness. Options will be evaluated by adding the total price for all options to the basic requirement, plus an additional 20% of the last priced performance period for potential extensions.
  • Offer Acceptance Period: Offerors must hold prices firm for 90 calendar days.

Special Requirements

Contractor personnel must be qualified, trained (including HAZWOPER, ADR), and proficient in English. Common Access Cards (CACs) are required, with strict application, accountability, and reporting procedures. Detailed documentation, monthly/annual waste reports, and specific invoicing procedures are mandatory. Contractors must provide a Spill Contingency Plan and equipment. Treatment of hazardous waste on U.S. military installations is not permitted.

People

Points of Contact

Raymond EmpiePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
Version 1
Sources Sought
Posted: Jan 26, 2026
View
Hazardous Waste Removal Eastern Europe and Israel | GovScope