United Kingdom Hazardous Waste Disposal
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 - EBS has issued a Combined Synopsis/Solicitation (RFP SP450026R0007) for Hazardous Waste Disposal Services in the United Kingdom. This Full and Open acquisition seeks a contractor to provide comprehensive removal, transportation, treatment, recycling, and disposal of various hazardous wastes at U.S. military installations across the UK. The contract is a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) with a 30-month base period and one 30-month option. Proposals are due by May 06, 2026, 5:00 PM EST.
Scope of Work
The selected contractor will manage the removal, transportation, treatment, recycling, and disposal of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS). Additional services include providing supplies, sampling and analytical services, equipment rental, overpacking/loose-packing, and industrial cleaning. Excluded wastes are infectious/biohazardous medical, controlled pharmaceutical, radioactive, and Materials Potentially Presenting an Explosive Hazard (MPPEH). All services must strictly adhere to Host Nation (HN) and European Union (EU) standards, including ADR and IMDG codes. Standard removal time is 10 business days.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: 30-month base period (September 2026 - March 2029) with one 30-month option period.
- NAICS Code: 562211 (Hazardous Waste Treatment and Disposal), Small Business Size Standard: $47M.
- Set-Aside: Full and Open.
- Proposals Due: May 06, 2026, 5:00 PM EST.
- Questions Due: April 20, 2026, 12:00 PM EST.
- Published Date: March 24, 2026.
Submission & Evaluation
Proposals must be submitted via email to Brandon.Awkerman@dla.mil and Hazardouscontracts@dla.mil. Emails are limited to 5MB each and must be numbered sequentially if multiple are sent. The subject line must include "OFFER– SP450026R0007, COMPANY NAME, DUE 06 MAY 2026". Proposals require two volumes: Volume I (Certifications & Price Schedule) and Volume II (Past Performance Information). Offerors must complete the Price Schedule (Attachment 2) and required FAR provisions (52.212-3, 52.209-7, 52.229-11).
Evaluation will follow a Best Value Trade-off process, with Past Performance significantly more important than Price. Past Performance will be assessed for recency, relevance (scope, magnitude, complexity), and quality. Offerors must provide references for up to three contracts within the last two years, with references submitting questionnaires (Attachment 19) directly. Price will be evaluated for reasonableness, and zero GBP unit pricing is not accepted. Options will be evaluated by adding the total price for all options to the basic requirement, plus 20% for potential FAR 52.217-8 extension.
Key Attachments
Key documents include the Performance Work Statement (PWS) (Attachment 1), Price Schedule (Attachment 2), UK Pick-up Locations (Attachment 3), and various DLA forms for transporter qualification, TSDF QFL application, and hazardous waste profiling. Environmental compliance is detailed in the Final Governing Standards - UK (Attachment 13) and the 48FW HWMP (Attachment 14). Specific instructions for offerors and evaluation criteria are provided in Attachments 16 and 17, respectively.