- 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
United Kingdom Hazardous Waste Disposal
Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United Kingdom. Response deadline: May 06, 2026. Industry: NAICS 562211 • PSC S222.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 562211 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 562211
Description
Combined Synopsis/Solicitation SP450026R0007 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i‐xvi). Work requires the selected contractor to provide for the removal, transportation, 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) located on or around military installations in the United Kingdom region. 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 SP450026R0007 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 2026-01, effective MARCH 13, 2026.
(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 SEPTEMBER 2026 to MARCH 2029 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 5:00 PM Eastern Standard Time (EST) on MAY 06, 2026. Proposals shall be emailed to brandon.awkerman@dla.mil and Hazardouscontracts@dla.mil.
(xvi) Offerors must submit all questions regarding this solicitation in writing via email to Brandon Awkerman at brandon.awkerman@dla.mil. The cut-off date for the receipt of offeror questions is 12:00 PM EST on April 20, 2026. Questions received after that time may not receive an answer.
ATTACHMENTS:
Attachment 1 – Performance Work Statement (PWS)
Attachment 2 – Price Schedule
Attachment 3 – UK Pick-up Locations
Attachment 4 – DLA Form 2539 Customers Verification of Services
Attachment 5 – DD Form 1155
Attachment 6 – Invoice DLA Form 2505
Attachment 7 – CAC Application Process
Attachment 8 – DLA Form 2503 Transporter Qualification
Attachment 9 – DLA Form 2507 TSDF QFL Application
Attachment 10 – DLA 2514 Contract Modification Request
Attachment 11 – DLA Form 2511 HWPS
Attachment 12 – Certificate of Disposal Destruction (Example)
Attachment 13 – FGS-UK with Appendices
Attachment 14 – 48FW HWMP 01April2025
Attachment 15 – Additional Contract Terms and Conditions
Attachment 16 – Addenda to 52.212-1 Instructions to Offerors
Attachment 17 – Addenda to 52.212-2 Evaluation
Attachment 18 – FAR Provision Fill-ins
Attachment 19 – PPI Questionnaire
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.