SERVICE, SOLID WASTE PICK-UP AND DISPOSAL SERVICES
ID: 140P5425Q0015Type: Combined Synopsis/Solicitation
AwardedMay 23, 2025
$39.8K$39,804
AwardeeECOLOGY MIR GROUP LLC 10400 EATON PL STE 250 FAIRFAX VA 22030 USA
Award #:140P5425P0028
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
    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
    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.
    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.
    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
    Similar Opportunities
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Trash Disposal Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs & 13 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for municipal solid waste disposal and recycling services across its VISN 5 facilities in Maryland and Washington D.C. The procurement aims to establish a single-award, firm-fixed-unit-price BPA that emphasizes a value-engineered approach to maximize recycling and minimize landfill use, with a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses. This contract is crucial for maintaining effective waste management and recycling programs at various VA Medical Centers and Community-Based Outpatient Clinics, ensuring compliance with federal, state, and local regulations. Interested contractors must submit their quotes by January 20, 2026, and direct any questions to Darren G. Morris at darren.morris2@va.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.