Loading...
SP451026Q1012
Response Deadline
Apr 20, 2026, 7:00 PM(EDT)14 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
CONTRACT TITLE
Trash Removal, Ft. Meade, MD
DISCRIPTION
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice and Subpart 13.5, “Simplified Procedures for Certain Commercial Products and Commercial Services”.
The solicitation number is SP4510-26-Q-1012 and is being issued as a request for quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effort through Federal Acquisition Circular 2025-03, effective 03 January 2025. See attached Performance Work Statement and applicable provisions and clauses.
This is a HUBZone Small Business set-aside for Trash Removal Service at DLA Disposition Services – Ft. Meade site (Ft. Meade, MD). The associated North American Industrial Classification (NAICS) code for this procurement is 562111, with a small business size standard of $ 47.0 million and the requirement will result in one (1) base period plus four (4) 12-month option year periods of performance for a Firm Fixed Price contract. The total contract length shall not exceed five (5) years.
BACKGROUND
The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of the Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.
In order to accomplish this mission, DLA Disposition Services is seeking to have Trash Removal service on site in accordance with the attached Performance Work Statement (Attachment 1) at DLA Disposition Services - Ft. Meade site (Ft. Meade, MD)
This requirement is a Firm Fixed Price IDIQ contract. Pricing must be Fixed Price for the entirety of services quoted.
• All questions related to this acquisition shall be submitted via email to june.lee@dla.mil and are to be received no later than 03:00 PM (EST), April 13, 2026.
• All questions will not be answered via telephone.
• All questions that occur after the cut-off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote.
• Quotes shall be submitted via email to june.lee@dla.mil. All quotes and additional required documentation are to be received no later than 03:00 PM (EST), April 20, 2026.
INSTRUCTIONS TO OFFERORS
FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023)
• All offerors shall submit their disposal plan, which must specify the site for waste disposal.
Attention should be noted to FAR 52.212-1(f), concerning late submissions, modifications, revisions, and withdrawals of offers. Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation.
Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition
Email submissions one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration.
• Quotes are to include:
(1) The price schedule (Attachment 2) is attached, and Offerors shall return a filled-out price schedule as their official quote offering.
(2) All offerors shall submit details of their ability (technical capability statement) to fulfil this requirement, up to and including equipment, personnel, and personnel's ability to gain access to the requested location. All prices will be evaluated for quoted price and technical acceptability of performance. The detailed specifications shall be complete to verify that all characteristics are met in accordance with requirements in the PWS (Performance Work Statement)
(3) Offerors shall provide the applicable CAGE code and UEI number with their price submission. The information located in FAR 52.212-3 ALT 1 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.
(4) Site Visit to the location are currently being accommodated for this solicitation before the response deadline.
EVALUATION
FAR 52.212-2: Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price technically acceptable).
* Note that a Reverse Auction under this action is possible per applicable DLA coverage, with that coverage/instructions to be provided if a Reverse Auction is utilized. Firm’s submitting proposals under this action agree to participate in the Reverse Auction if it occurs and acknowledge it as a possible negotiation tool being used by the Government under this action, though note that this does not mean firms are required to lower their submitted prices if they choose not to.
The following contract provisions and clauses apply to this acquisition
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7004 Antiterrorism Awareness Training for Contractors FEB 2026
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024
252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors FEB 2026
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support FEB 2026
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2023
252.204-7022 Expediting Contract Closeout MAY 2021
252.204-7024 Notice on the use of the Supplier Performance Risk System FEB 2026
252.204-7998 Alternate A, Annual Representations and Certifications FEB 2026
252.205-7000 Provision of Information to Cooperative Agreement Holders OCT 2024
252.211-7003 Item Unique Identification and Valuation JAN 2023
252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic FEB 2024
252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022
252.225-7006 Acquisition of the American Flag DEC 2022
252.225-7012 Preference for Certain Domestic Commodities APR 2022
252.225-7048 Export-Controlled Items JUN 2013
252.225-7053 Representation Regarding Prohibition on Use of Certain Energy Sourced from Inside the Russian Federation SEP 2021
252.225-7054 Prohibition on Use of Certain Energy Sourced from Inside the Russian Federation JAN 2023
252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014) AUG 2024
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023
252.232-7010 Levies on Contract Payments DEC 2006
252.232-7011 Payments in Support of Emergencies and Contingency Operations MAY 2013
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023
252.243-7001 Pricing of Contract Modifications DEC 1991
252.247-7023 Transportation of Supplies by Sea--Basic OCT 2024
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.203-3 Gratuities APR 1984
52.203-6 Restrictions on Subcontractor Sales to the Government JUN 2020
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014
52.204-20 Predecessor of Offeror AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
52.204-27 Prohibition on a ByteDance Covered Application JUN 2023
52.204-30 Federal Acquisition Supply Chain Security Act Orders—Prohibition DEC 2023
52.204-7 System for Award Management NOV 2024
52.204-8 Annual Representations and Certifications (DEVIATION) MAR 2025
52.204-90 Offeror Identification
52.204-91 Contractor Identification
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services SEP 2023
52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services OCT 2025
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I FEB 2024
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services NOV 2023
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services OCT 2025
52.213-4 Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services (DEVIATION) MAR 2025
52.216-18 Ordering AUG 2020
52.216-19 Order Limitations OCT 1995
52.216-22 Indefinite Quantity OCT 1995
52.216-22 Indefinite Quantity, Alt I OCT 1995
52.216-22 Indefinite Quantity, Alt II OCT 1995
52.217-8 Option to Extend Services NOV 1999
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.219-14 Limitations on Subcontracting OCT 2022
52.219-28 Post-Award Small Business Program Rerepresentation JAN 2025
52.219-3 Notice of HUBZone Set-Aside or Sole Source Award OCT 2022
52.222-19 Child Labor—Cooperation with Authorities and Remedies JAN 2025
52.222-3 Convict Labor JUN 2003
52.222-35 Equal Opportunity for Veterans JUN 2020
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.222-37 Employment Reports on Veterans JUN 2020
52.222-41 Service Contract Labor Standards AUG 2018
52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) AUG 2018
52.222-50 Combating Trafficking in Persons OCT 2025
52.222-54 Employment Eligibility Verification JAN 2025
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022
52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022
52.222-9 Apprentices and Trainees JUL 2005
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons MAY 2024
52.223-23 Sustainable Products and Services MAY 2024
52.224-3 Privacy Training JAN 2017
52.225-13 Restrictions on Certain Foreign Purchases FEB 2021
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024
52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-1 Site Visit APR 1984
52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984
52.237-3 Continuity of Services JAN 1991
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act—Covered Foreign Entities NOV 2024
52.240-90 Security Prohibitions and Exclusions Representations and Certifications DEC 2025
52.240-91 Security Prohibitions and Exclusions DEC 2025
52.240-92 Security Requirements DEC 2025
52.240-93 Basic Safeguarding of Covered Contractor Information Systems DEC 2025
52.244-6 Subcontracts for Commercial Products and Commercial Services OCT 2025
52.245-9 Use and Charges APR 2012
52.247-34 F.o.b. Destination JAN 1991
52.252-2 Clauses Incorporated by Reference FEB 1998
52.252-5 Authorized Deviations in Provisions NOV 2020
52.252-6 Authorized Deviations in Clauses NOV 2020
Applicable DLAD Provisions & Clauses:
DLAD 5452.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution JUN 2020
C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components DEC 2016
C03 Contractor Retention Of Supply Chain Traceability Documentation SEP 2016
L06 Agency Protests DEC 2016
L09 Reverse Auction OCT 2016
DEPT OF DEFENSE
DEFENSE LOGISTICS AGENCY
DLA DISPOSITION SERVICES
DLA DISPOSITION SERVICES - EBS
DLA DISPOSITION SERVICES - EBS
FEDERAL CENTER
74 N WASHINGTON
BATTLE CREEK, MI, 49037-3092
NAICS
Solid Waste Collection
PSC
HOUSEKEEPING- TRASH/GARBAGE COLLECTION
Set-Aside
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)