ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Integrated Solid Waste Management and Recycling Services for JB Andrews

DEPT OF DEFENSE FA286025Q6001
Response Deadline
Dec 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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, 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 regulations and standards. This procurement is a total small business set-aside under NAICS code 562111, with a contract period that includes a base year and five option years, emphasizing the importance of effective waste management in maintaining a clean and safe environment. Interested vendors must submit their quotes via email by December 12, 2025, at 4:30 PM EST, and can direct inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalez_mcfadden.5@us.af.mil.

Classification Codes

NAICS Code
562111
Solid Waste Collection
PSC Code
S205
HOUSEKEEPING- TRASH/GARBAGE COLLECTION

Solicitation Documents

15 Files
Government RFI Response ISWM 8 Dec.pdf
PDF2080 KB12/10/2025
AI Summary
This government RFI response addresses several vendor questions regarding waste management services. Key points include the requirement for pictures of all compactors supplied by the contractor, specifying the pull frequency for an 8 cy compactor at Base Lake as once per week, clarifying that oil recycling is not part of the contract but assistance for customer drop-off is provided, and confirming that all dumpsters and compactors must be brown. The document also lists various waste management equipment and locations, including compactors at Malcolm Grow Hospital, Base Club, Golf Course, Commissary, and a government-owned compactor at the Recycle Center.
Attachment 1 - JBA ISWM (Refuse-Recycling) PWS 10 DEC.pdf
PDF444 KB12/10/2025
AI Summary
The Performance Work Statement (PWS) outlines requirements for integrated solid waste management, including municipal solid waste collection and recycling services, at Joint Base Andrews, Brandywine, and Davidsonville Communications Sites. The contractor is responsible for providing all necessary personnel, equipment, and services, adhering to local, state, federal, and international regulations. Key services include scheduled and unscheduled collections for MSW, foreign waste, food waste, recycling, construction and demolition debris, bulk items, and public receptacles. The contractor must establish routes and schedules, maintain containers and collection areas, and ensure proper disposal at approved off-base facilities. A Qualified Recycling Program (QRP) is in place, requiring the contractor to process and market recyclable materials, providing detailed sales reports and returning all proceeds to the government. The PWS emphasizes quality control, performance assessment, and adherence to security and safety requirements, including USDA certification for foreign waste handling. The government will provide the recycling center, equipment, and utilities, while the contractor is responsible for maintenance and reporting. The document also details personnel requirements, including a minimum of five on-site employees and adherence to security protocols for base access.
Attachment 3 - JBA ISWM 2025 - Pricing Matrix 2 Sep 2025.xlsx
Excel58 KB9/4/2025
AI Summary
No AI summary available for this file.
Attachment 5 - RFI Worksheet.xlsx
Excel58 KB9/4/2025
AI Summary
No AI summary available for this file.
Attachment 5 - RFI Worksheet (updated).xlsx
Excel58 KB9/4/2025
AI Summary
No AI summary available for this file.
Combined Synopsis_Solicitation ISWM.pdf
PDF283 KB9/25/2025
AI Summary
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.
Attachment 1 - JBA ISWM (Refuse-Recycling) PWS 26 AUG.pdf
PDF442 KB12/10/2025
AI Summary
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.
Attachment 4 - FAR 52.212-3, Quoter Representations and Certifications -- Commercial Products and Commercial Services.pdf
PDF211 KB12/10/2025
AI Summary
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.
Attachment 5 - RFI Worksheet (updated v.2).xlsx
Excel26 KB12/10/2025
AI Summary
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.
Attachment 2 - SCA Wage Determination 2015-4281 rev.34.pdf
PDF70 KB12/10/2025
AI Summary
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.
Attachment 3 - JBA ISWM 2025 - Pricing Matrix 2 Sep 2025 (updated).xlsx
Excel25 KB12/10/2025
AI Summary
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.
Combo Refuse Amendment 01.pdf
PDF283 KB11/18/2025
AI Summary
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.
Attachment 6 - Official Short Term Request(Blank).xlsx
Excel42 KB12/10/2025
AI Summary
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.
Combo Refuse Amendment 02.pdf
PDF282 KB12/10/2025
AI Summary
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.
Government RFI Responses ISWM 18 Nov.pdf
PDF115 KB12/10/2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 4, 2025
amendedAmendment #1· Description UpdatedSep 4, 2025
amendedAmendment #2· Description UpdatedSep 8, 2025
amendedAmendment #3· Description UpdatedSep 22, 2025
amendedAmendment #4· Description UpdatedSep 25, 2025
amendedAmendment #5· Description UpdatedOct 1, 2025
amendedAmendment #6· Description UpdatedOct 27, 2025
amendedAmendment #7· Description UpdatedNov 18, 2025
amendedAmendment #8· Description UpdatedDec 8, 2025
amendedLatest Amendment· Description UpdatedDec 10, 2025
deadlineResponse DeadlineDec 12, 2025
expiryArchive DateDec 27, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA2860 316 CONS PK

Point of Contact

Name
Alexis Huggins

Place of Performance

St James, Maryland, UNITED STATES

Official Sources