Mid America Incineration
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.
Combined Synopsis/Solicitation SP450026R0002 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i‐xvi). Work on this effort will include the removal, transportation, incineration or other thermal treatment, and final disposal of containerized RCRA HW, non-RCRA wastes, polychlorinated biphenyl wastes, state and non-state regulated wastes generated by U.S. Department of Defense (DoD) and U.S. Coast Guard installations located in the 11 contiguous states of AR, IA, KS, LA, MN, MO, NE, ND, OK SD, and TX.
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 SP450026R0001 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 PM EST on November 24, 2025. Proposals shall be emailed to denna.crandall@dla.mil, aldona.mcmullen@dla.mil, and Hazardouscontracts@dla.mil.
(xvi) Offerors must submit all questions regarding this solicitation in writing via email to Alda McMullen at Aldona.mcmullen@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:
Attach 1_Price Schedule Mid-America Regional Incin v.09.30.25
Attach 2_PWS Mid-America Regional Incin v.09.30.25
Attach 3_Pick-up Locations Mid-America HW Incin
Attach 4_Additional Contract Terms and Conditions
Attach 5_Addenda to 52.212-1 Instructions
Attach 6_Addenda to 52.212-2 Evaluation
Attach 7_PPI Questionnaire_02132025
Attach 8_Department of Labor Wage Determination (1996-0223) Rev 67
Attach 9_Provision Fill-ins
Attach 10_CAC Application Process