Integrated Solid Waste Management and Recycling Services for JB Andrews
ID: FA286025Q6001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalez_mcfadden.5@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for integrated solid waste management services at Joint Base Andrews, Brandywine, and Davidsonville Communications Sites. The contractor is responsible for municipal solid waste collection, recycling services, and the disposal of foreign waste, adhering to all federal, state, and local regulations. Key responsibilities include establishing collection schedules, maintaining a healthy and vector-free environment, managing unscheduled collections for special events and construction/demolition debris, and operating a Qualified Recycling Program (QRP). The contractor must provide all necessary personnel, equipment, and materials, ensuring proper maintenance of containers and vehicles. Reporting requirements include monthly summaries of costs, tonnage, and recycling proceeds. The document also details performance objectives, quality control, government-furnished property, hours of operation, security requirements, and personnel qualifications, including USDA certification for foreign waste handling.
    This document is a wage determination under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations across the District of Columbia, specific Maryland counties (Charles, Prince George's), and Virginia counties (Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford). It details the applicability of Executive Orders 14026 and 13658, setting minimum hourly wages at $17.75 and $13.30 respectively for 2025, with annual adjustments. The document also specifies health and welfare benefits, vacation accrual (2-4 weeks), and eleven paid holidays. Special provisions include exemptions for certain computer professionals, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowance guidelines. A conformance process for unlisted occupations is described, requiring a Standard Form 1444 (SF-1444) to ensure appropriate wage rates.
    The ISWM CONTRACT Pricing Matrix outlines the costs for integrated solid waste management services for 2025, including a base year, four option years, and a six-month extension. The total evaluated price for all services over the entire period is $2,246,673.00. Key services include Municipal Solid Waste Collection, Recyclable Collection, Unscheduled Items Pick-up & Special Events (with various container sizes), Equipment Maintenance, Landfill Tipping fees, and a Joint Services Open House Event. The pricing for the base year and each option year is consistently $408,486.00, with the six-month extension priced at $204,243.00. Specific unit prices for collection services and unscheduled item pickups are not detailed, but Not-to-Exceed (NTE) values are provided for unscheduled items ($23,486), equipment maintenance ($5,000), and landfill tipping fees ($380,000) for each year.
    Attachment 4, "Offeror Representations and Certifications—Commercial Products and Commercial Services," details mandatory and optional certifications for government contractors, updated May 2024. Offerors can complete annual certifications via SAM.gov or specific paragraphs within the provision. Key definitions include various small business designations (e.g., EDWOSB, SDVOSB, WOSB), inverted domestic corporations, and terms related to manufacturing and labor. The provision covers certifications for small business status, veteran-owned businesses, women-owned businesses, and HUBZone concerns. It also addresses compliance with Executive Order 11246 (Equal Opportunity), payments to influence federal transactions, Buy American and Trade Agreements acts, responsibility matters (e.g., debarment, delinquent taxes), child labor, place of manufacture, Service Contract Labor Standards, Taxpayer Identification Numbers, Sudan business operations, and prohibitions on contracting with inverted domestic corporations or entities involved with Iran. Additionally, it requires disclosure of ownership, previous federal contracts/grants, greenhouse gas emissions, and adherence to rules regarding confidentiality agreements for reporting waste, fraud, or abuse. Finally, it addresses representations concerning covered telecommunications equipment or services.
    The provided document, titled "ISWM (Refuse) RFI," appears to be a Request for Information (RFI) related to Integrated Solid Waste Management, specifically concerning refuse. The file structure indicates two main components: a "Vendor RFI" and a "Government Response." The "e) RFI Worksheet" likely refers to a detailed questionnaire or form that vendors are expected to complete as part of their response to the RFI. This RFI serves as a preliminary step for the government to gather information from potential vendors regarding their capabilities, solutions, or approaches to managing refuse within an Integrated Solid Waste Management framework. The content suggests an exploration of options or solutions in waste management, preceding a potential Request for Proposal (RFP) or other procurement processes.
    The 316th Security Support Squadron / Visitor Control Center uses an Automated Short Term Access Request form to manage visitor entry. This form collects essential details for both the sponsor and the visitor. Sponsor information includes DOD ID, last name, first name, unit/organization, contact number, and email. Visitor information required encompasses last name, first name, middle initial, SSN, date of birth, start and end dates of access, destination, state and driver's license number, state/tag, and company/organization. This document outlines the necessary data points for processing temporary access requests, ensuring proper identification and authorization for individuals entering the facility.
    The Department of the Air Force, 316th Contracting Squadron, is soliciting bids for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews, Brandywine, and Davidsonville Communication Sites. This Request for Quotation (RFQ) is 100% set aside for small businesses with a NAICS code of 562111 and a $47.0M size standard. The contractor will provide all personnel, equipment, and services for non-hazardous solid waste collection, recycling, and disposal. The contract includes a base year and four option years, with performance spanning from November 2025 to November 2030. Quotes are due by September 26, 2025, and must include a pricing matrix, foreign waste certification, a technical plan, and past performance examples. Evaluation will be based on the lowest-priced, technically acceptable quote, with technical and past performance factors rated as acceptable or unacceptable. Numerous FAR, DFARS, and DAFFARS clauses are incorporated, emphasizing compliance with federal regulations and ethical standards. An ombudsman is available for unresolved concerns after initial contact with the contracting officer.
    The Department of the Air Force, 316th Contracting Squadron, seeks proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. This 100% small business set-aside, RFQ FA286025Q6001, requires contractors to provide all personnel, equipment, and services for non-hazardous solid waste collection, recycling, and disposal. The contract includes a base year (Nov 2025-Nov 2026) and four option years. Quotes are due by October 14, 2025, 4:30 PM EST, with questions due September 12, 2025. Evaluation criteria prioritize the lowest-priced, technically acceptable offer, considering price, technical acceptability (staffing, equipment, transition plan), and past performance. Specific FAR/DFARS/DAFFARS clauses apply, including those for small business, labor standards, and environmental protection.
    The Department of the Air Force, 316th Contracting Squadron, seeks proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. This 100% small business set-aside (NAICS 562111, size standard $47.0M) requires contractors to provide all personnel, equipment, and services for non-hazardous solid waste collection, recycling, and disposal. The contract includes a base year (Feb 2026 - Feb 2027) and five option years. Quotes must be submitted via email, be valid for 90 days, and include a completed pricing matrix (Attachment 3), contractor identification, foreign waste certification, a technical plan (max 10 pages) detailing staffing, equipment, and a transition plan, and up to three past performance examples from the last three years. Evaluation will be based on the lowest-priced, technically acceptable quote, with technical acceptability and past performance rated as acceptable or unacceptable. The document also outlines various FAR, DFARS, and DAFFARS clauses and provisions applicable to the acquisition, including an ombudsman for inquiries.
    The document is a detailed RFI (Request for Information) for an Integrated Solid Waste Management (ISWM) contract, likely a renewal, as indicated by the existing contract number FA286021C0003. It addresses numerous questions from vendors regarding waste collection, recycling, special events like the Joint Service Open House Air Show, and specific equipment. Key details include container quantities, pick-up frequencies, government-owned versus contractor-provided equipment (compactors, containers, golf carts), and pricing structures for various CLINs. The RFI also clarifies requirements for recyclable material processing, foreign waste, and bulk pickups. The government will provide office space, and maps at a pre-award conference, and anticipates an award with a 2-week transition. Evaluation will be based on the lowest-priced technically acceptable quote with acceptable past performance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Other than Full and Open Competition_Integrated Waste Management
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.
    W911SA26QA046 Refuse and Recycling Services for MI043 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services at multiple Army Reserve locations in Michigan under the solicitation W911SA26QA046. The contract will provide non-personal services as outlined in the Performance Work Statement (PWS) and will cover various sites including Ann Arbor, Bay City, Fraser, Inkster, Jackson, Livonia, Southfield, and Saginaw. This procurement is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring efficient waste management practices. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Nathan Coleman at nathan.a.coleman2.mil@army.mil or call 520-671-7615 for further details, with the contract period starting on January 1, 2026, and including options for extension.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The procurement includes a base year and four option years, with the contract period spanning from February 7, 2026, to February 6, 2031, under a total small business set-aside. This service is critical for maintaining cleanliness and operational efficiency at border facilities. Interested vendors must submit their quotations by December 10, 2026, and are required to be registered in the System for Award Management (SAM) prior to the solicitation closing date. For further inquiries, vendors can contact Eric Neckel at eric.r.neckel@cbp.dhs.gov or by phone at 520-407-2804.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.
    Document Shredding Services at Naval Hospital Beaufort, SC and Robins Air Force Base, GA
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Document Shredding Services at Naval Hospital Beaufort, South Carolina, and Robins Air Force Base, Georgia. The contract requires the contractor to provide comprehensive services, including the secure collection, handling, on-site shredding, and recycling of sensitive documents, ensuring compliance with strict security measures and federal regulations. This procurement is particularly important for maintaining the confidentiality of sensitive information and is set aside for small businesses, with a total funding amount of $16,500,000 over a performance period from February 8, 2026, to August 7, 2031. Interested contractors must submit their proposals electronically by December 12, 2025, and can direct inquiries to Brittany Belsches at brittany.n.belsches.civ@health.mil or Andrew Pounds at andrew.j.pounds2.civ@health.mil.
    Request for Quote- Sector New York Refuse & Recycling Collection and Disposal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for refuse and recycling collection and disposal services in New York. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), and it falls under the NAICS code 562111, which pertains to solid waste collection. These services are crucial for maintaining cleanliness and environmental standards at Coast Guard facilities, ensuring efficient waste management practices. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details, and they can find additional information through the provided link.