Skip to content
Department of Defense

Hazardous Waste Removal Eastern Europe and Israel

Solicitation: SP450026R0008
Notice ID: 0a981cf175e2484e88c119077fdc4470
TypeSources SoughtNAICS 562211PSCS222Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedJan 26, 2026, 12:00 AM UTCDueFeb 13, 2026, 10:00 PM UTCExpired

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: Germany. Response deadline: Feb 13, 2026. Industry: NAICS 562211 • PSC S222.

Market snapshot

Awarded-market signal for NAICS 562211 (last 12 months), benchmarked to sector 56.

12-month awarded value
$9,725,937
Sector total $923,442,674 • Share 1.1%
Live
Median
$4,672,612
P10–P90
$1,210,702$8,134,522
Volatility
Volatile148%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($9,725,937)
Deal sizing
$4,672,612 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Germany
Contracting office
Battle Creek, MI • 49037-3092 USA

Point of Contact

Name
Raymond Empie
Email
raymond.empie@dla.mil
Phone
2699615034

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA DISPOSITION SERVICES
Office
DLA DISPOSITION SERVICES - EBS
Contracting Office Address
Battle Creek, MI
49037-3092 USA

More in NAICS 562211

Description

The intent of this Sources Sought is to identify businesses interested in work that will consist primarily of the removal, transportation, treatment, recycling, and disposal of hazardous and non-hazardous wastes.  Hazardous Waste (HW) is generated at United States (U.S.) Department of War (DoW) installations located in Austria, Bulgaria, Croatia, Czechia, Estonia, Finland, Greece, Hungary, Kosovo, Lativa, Lithuania, Montenegro, Norway, Poland, Romania, Slovakia, Slovenia, Sweden, and Israel.  Additional Eastern European countries may be added for waste removals and/or special services support over the lifetime of this contract.  The U.S. Government (USG) may order various additional services in accordance with (IAW) this contract including but not limited to the provision of supplies, sampling and analytical services, equipment rental services, overpacking/loose-packing services, lab packing services, industrial cleaning services, removal of appliances containing ozone depleting substances (ODS), and other services supporting environmental and waste management programs and activities.  Infectious or biohazardous medical wastes, controlled pharmaceutical wastes, radioactive wastes, and Materials Potentially Presenting an Explosive Hazard (MPPEH) will not be turned in for removal under this contract.

The Contractor agrees to provide all services necessary for the final recycling, treatment, disposal of all waste on the contract in accordance with respective local environmental laws and regulations, as well as any applicable international agreements governing the transportation of dangerous goods, and the terms and conditions of the contract.

The U.S. Government intends to solicit and award a Firm-Fixed Priced (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), type contract. The contract is anticipated to have a 30-month base period and one 30-month option period. The North American Industry Classification Standard (NAICS) Code is 562211 (Hazardous Waste Treatment and Disposal). The size standard of this NAICS code is $41.5M. There is no solicitation available at this time; however, attached is a DRAFT Performance Work Statement (PWS) that firms responding to this Sources Sought should use to help determine if they would be able to meet the needs of this contract. Contractors are reminded that this is a NOT a request for proposals. There is no solicitation available at this time. A solicitation will be posted at a future date here on SAM.gov

SUBMISSION REQUIREMENTS: Interested firms must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, at a minimum, the following: (1) Company Profile to include number of employees, office location(s), CAGE Code, and a statement identifying any applicable small business category and current status of any applicable small business classification. (2) Relevant Experience within the last five years, including contract number(s), Government/Agency or firm point of contact (POC), and current telephone number for the POC. Identify if you were a subcontractor and the work you actually performed as the sub-contractor. (3) A listing of TSDFs your firm would use during the performance of this contract. Company sales brochures or marketing packages will not be considered. A response to this Sources Sought will not be considered an adequate response to any forthcoming solicitation announcement. The U.S. Government WILL NOT provide a debriefing on the results of the survey. No reimbursement will be made for any costs associated with providing information in response to this "Sources Sought" notice or any follow-up information requests. All information submitted will be held in a confidential manner and will only be used for the purpose intended. The submittal package must be received no later than 5:00 p.m. EST on 13 February 2026. Submissions shall be emailed to raymond.empie@dla.mil and hazardouscontractseast@dla.mil with “SOURCES SOUGHT Eastern Europe and Israel area” in the subject line of the email.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.