SERVICE, SOLID WASTE PICK-UP AND DISPOSAL SERVICES
ID: 140P5425Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 8:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is seeking proposals for solid waste pick-up and disposal services at Biscayne National Park, as outlined in solicitation number 140P5425Q0015. The contract will cover a one-year period from May 15, 2025, to May 14, 2026, requiring the contractor to manage non-hazardous waste through scheduled pickups from designated dumpsters while adhering to federal, state, and local waste disposal regulations. This procurement is vital for maintaining cleanliness and environmental standards within the national park, supporting sustainability practices, and ensuring compliance with federal regulations. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Tony Eusebio at Tony_Eusebio@nps.gov or by phone at 470-819-0959.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
Apr 10, 2025, 4:06 PM UTC
The document outlines Wage Determination No. 2015-4543 under the Service Contract Act (SCA), as directed by the U.S. Department of Labor. It specifies minimum wage rates for various occupations effective for contracts awarded or renewed after January 30, 2022. For covered contracts, workers must be paid at least $17.75 per hour or the applicable wage as specified, reflecting adjustments related to Executive Orders 14026 and 13658. It provides detailed wage rates for occupations listed in Florida's Dade County, broken down by job classification, highlighting fringe benefits such as health and welfare allowances, paid vacation, holidays, and sick leave entitlements. The document also explains procedures for classifying any unlisted job positions via a conformance request process. The provisions aim to ensure fair compensation and improve working conditions for employees engaged on government contracts while emphasizing compliance with federal regulations. This wage determination serves as a crucial reference for contractors involved in federal contracts, ensuring adherence to labor standards and the protection of workers' rights.
Apr 10, 2025, 4:06 PM UTC
The National Park Service seeks proposals for solid waste removal and disposal services at Biscayne National Park, as outlined in solicitation number 140P5425Q0015. This Request for Quotes (RFQ) is focused on acquiring these services for a one-year period from May 15, 2025, to May 14, 2026. Interested vendors must submit their quotes by April 25, 2025, and all proposals will be evaluated based on pricing, past performance, technical capability, and ability to meet service requirements. A total small business set-aside applies, inviting firms registered in the System for Award Management (SAM) and self-certified under NAICS code 562111, with a size standard of $47 million. Additionally, contractors are required to provide assurances of compliance with various FAR clauses, including guidelines concerning telecommunications equipment and labor standards. The designated point of contact for inquiries is Tony Eusebio, and vendors are encouraged to direct questions before the deadline. This procurement initiative reflects the government's effort to maintain cleanliness and environmental standards in national parks through professional waste management services, ensuring compliance with federal regulations and supporting local small businesses.
Apr 10, 2025, 4:06 PM UTC
The Statement of Work (SOW) for Solid Waste Removal and Disposal Services at Biscayne National Park outlines the contractor's responsibilities for managing non-hazardous waste. The contract, valid for one year, involves pickups from one 30-yard dumpster on an as-needed basis (up to 16 times per year) and one 10-yard dumpster with weekly pickups every Tuesday. Compliance with federal, state, and local waste disposal regulations, including the Florida Administrative Code and the Resource Conservation and Recovery Act, is required. Prohibited waste includes hazardous, medical, and electronic materials, with immediate reporting of any violations necessary. The contractor must also support sustainability practices and waste reduction initiatives. Payment requests should be submitted electronically through the Department of Treasury's Invoicing Processing Platform with specific invoice requirements. Insurance obligations encompass general liability, worker’s compensation, and vehicle insurance. Overall, the document emphasizes reliable service, communication with park personnel, and adherence to environmental regulations, underscoring the importance of responsible waste management at the park.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
S--Notice of Intent to Sole Source
Buyer not available
The National Park Service (NPS) intends to award a sole-source procurement contract to Harold LeMay Enterprises Inc., doing business as Pierce County Refuse, for solid waste collection services. This procurement action is conducted under Federal Acquisition Regulation (FAR) guidelines, specifically FAR 13.106-1(b) and FAR 6.302-5, and does not invite competitive proposals. Solid waste collection is crucial for maintaining the cleanliness and environmental integrity of national parks, ensuring a safe and pleasant experience for visitors. Interested firms have until April 17, 2025, to submit an interest letter to Contracting Officer John Flatt at johnflatt@nps.gov, demonstrating their capability to meet the contract requirements, as the government retains discretion over whether to pursue competitive procurement.
S--MORA FY25 SOLID WASTE CONTRACT
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting firm fixed-price offers for solid waste and recycling pickup and disposal services at Mount Rainier National Park (MORA). Contractors are required to provide various sizes of waste containers, along with rental, hauling, and disposal services at multiple designated locations, ensuring compliance with federal labor and environmental regulations. This procurement is essential for maintaining efficient waste management practices within the park, promoting environmental stewardship, and enhancing operational effectiveness. Interested contractors must submit their quotes by April 17, 2025, and are encouraged to direct inquiries to Hal Hoversten at HalHoversten@nps.gov or by phone at 360-569-6542.
Recycling Services for Yellowstone National Park
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for recycling services at Yellowstone National Park, covering an initial base period from June 15, 2025, to June 14, 2026, with options to extend through June 14, 2030. The contractor will be responsible for the monitoring, collection, transportation, and disposal of recyclables across approximately fifty designated sites within the park, which serves over four million visitors annually. This initiative is crucial for enhancing the park's recycling efforts and ensuring compliance with environmental standards while managing waste effectively in a unique ecological context. Interested small businesses must submit detailed proposals, including project narratives and past performance examples, by following the outlined submission guidelines, and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further information.
Custodial Services Christiansted NHS
Buyer not available
The National Park Service (NPS) is seeking quotations for custodial services at the Christiansted National Historic Site in the U.S. Virgin Islands, under Request for Quote (RFQ) number 140P5425Q0016. The contract, which is set for a duration of one year, requires the contractor to maintain cleanliness in public restrooms, office spaces, and high-traffic visitor areas, with a dedicated janitor provided five days a week and adherence to OSHA safety standards. This procurement is vital for ensuring a clean, safe, and historically respectful environment for visitors at this national landmark, reflecting the government's commitment to public health and historical integrity. Interested small businesses must submit their bids by April 30, 2025, following a site visit on April 22 and a deadline for questions on April 23; for further inquiries, contact Noelli Medina at NoelliMedina@nps.gov or call 470-819-0940.
Portable Toilets for Cedar Breaks National Park IA
Buyer not available
The Department of the Interior, through the National Park Service, is seeking vendors to provide portable toilet services at Cedar Breaks National Park for the summer season of 2025. The procurement involves the rental of two regular portable toilet units and one ADA-compliant unit, all equipped with hand sanitizers, which will be serviced twice weekly from May 19 to October 24, 2025. This initiative is crucial for ensuring visitor comfort and safety during the peak visitation period, particularly due to ongoing construction at the park. Interested vendors must submit their quotations by April 17, 2025, and demonstrate their registration in the System for Award Management (SAM) as this is a 100% small business set-aside opportunity. For further inquiries, vendors can contact Kimberly Steele at kimberlysteele@nps.gov or Amanda Garrison at AmandaGarrison@nps.gov.
S--BADL Biowaste Vault Pumping Service
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Biowaste Vault Pumping Services at Badlands National Park in South Dakota. This procurement aims to establish a firm-fixed price contract for septic pumping services covering 13 vault toilets, with services scheduled approximately every three weeks over three ordering periods from April 1, 2025, to March 31, 2028. The contract is crucial for maintaining sanitation services that enhance the visitor experience and support environmental management within the park. Interested small businesses must submit their quotations electronically, including a completed Standard Form 1449 and relevant experience documentation, by the specified deadlines, with a site visit scheduled for April 17, 2025. For further inquiries, potential offerors can contact Nathan Ziegler at nathanziegler@nps.gov or call 605-574-0480.
S--SOUTHERN UNITS CUSTODIAL OPERATIONS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide custodial operations for the Chattahoochee River National Recreation Area in Georgia. The contractor will be responsible for all janitorial services, including cleaning restrooms and maintaining surrounding areas, with a contract period from May 1, 2025, to April 30, 2026. This procurement is vital for maintaining cleanliness and safety in a park that attracts approximately 3.3 million visitors annually. Interested contractors must submit their quotations by April 17, 2025, following a mandatory site visit on April 2, 2025, and can direct inquiries to Celinda Hicks at celindahicks@nps.gov or by phone at 470-819-0814.
S--Trash Pick-up and Disposal Services for LCRO
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office (LCRO), is seeking to procure trash pick-up and disposal services through a non-competitive sole source solicitation. The requirement is for recurring trash collection and disposal services at the LCRO, with Boulder Disposal Inc. identified as the only known provider capable of fulfilling these needs. This contract will be structured as a Firm-Fixed Price Purchase Order, covering a base year with the option for four additional years, with an anticipated award date in May 2025 and service commencement in July 2025. Interested parties are encouraged to submit capability statements or proposals by April 28, 2025, at 4:00 PM local time, and may direct inquiries to Ms. Angela Craig at adcraig@usbr.gov.
SHEN - PORTABLE TOILETS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for portable toilet rental services, including pumping and cleaning, at various locations within Shenandoah National Park in Virginia. The contract will cover a service period from May 1, 2025, to October 31, 2029, with a base year and four option years, requiring the contractor to supply and maintain portable toilets at designated sites such as Old Rag Parking and White Oak Parking. This procurement is crucial for ensuring visitor comfort and public health standards in the park, emphasizing the need for reliable sanitation facilities. Interested small businesses must submit their quotes electronically by April 23, 2025, and can contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325 for further information.
BIG CYPRESS STONE AND TRUCK HAULING
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for the delivery and hauling of 1,750 tons of DOT-approved lime rock base stone for a project at Big Cypress National Preserve. The contractor will be responsible for transporting the stone using 20-yard dump trucks to the Loop Road Ranger Station, where the delivery will be monitored by park personnel. This project is crucial for stabilizing Loop Road and managing water flow to mitigate flooding risks in the local community, emphasizing the importance of quality materials that meet Florida Department of Transportation standards. Interested small businesses must submit their quotes by May 9, 2025, and are encouraged to demonstrate relevant past performance and technical capabilities, with inquiries directed to Dallas Harper-Staub at dallasharper-staub@nps.gov or by phone at 256-986-0815.