Skip to content
Department of Defense

Ft. Meade Trash Removal

Solicitation: SP451026Q1012
Notice ID: 56933e12da6e47b1bdce02cc80fa6fac

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 20, 2026. Industry: NAICS 562111 • PSC S205.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SP451026Q1012. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 562111 (last 12 months), benchmarked to sector 56.

12-month awarded value
$75,739,838
Sector total $2,019,661,040 • Share 3.8%
Live
Median
$243,840
P10–P90
$232,989$739,482
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.8%
share
Momentum (last 3 vs prior 3 buckets)
+970%($62,796,549)
Deal sizing
$243,840 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 →
Map for MD
Live POP
Place of performance
St James, Maryland • 20755 United States
State: MD
Contracting office
Battle Creek, MI • 49037-3092 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260120 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260120 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260121 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Prince George's
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.55
+76 more occupation rates in this WD
Davis-Baconstate match
MD20260039 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Garrett
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260122 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Queen Anne's
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $27.00Fringe $7.22
+58 more occupation rates in this WD

Point of Contact

Name
June Lee
Email
june.lee@dla.mil
Phone
4457374996

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 562111

Description

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

    
 

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.