John Edgar Hoover (JEH) Waste Management Services
ID: 15F06726Q0000033Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Waste Collection (5621)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide Waste Management Services at the John Edgar Hoover (JEH) Building in Washington, DC. The contract, which is set aside for HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or Women-Owned Small Businesses (WOSB), includes a base period plus four option periods, emphasizing the establishment of a Mini-Material Recovery Facility to manage solid waste and recycling operations. Key responsibilities include sorting, baling, transporting recyclable materials, and maintaining compliance with safety and environmental regulations, with a focus on personnel security clearances and detailed record-keeping. Interested parties must submit their quotes by 12:00 PM EST on Thursday, December 18th, 2023, and can direct inquiries to Ms. McKenzie Bucher at mpbucher@fbi.gov.

    Point(s) of Contact
    Mckenzie Bucher
    mpbucher@fbi.gov
    Files
    Title
    Posted
    This government file outlines an FBI requirement for waste management and recycling services at the J. Edgar Hoover (JEH) Building. The contractor will establish and manage a “Mini-Material Recovery Facility” to handle solid waste, recycling, and disposal from 8:00 a.m. to 4:00 p.m., Monday through Friday, excluding federal holidays. Key responsibilities include sorting, baling, transporting, and selling recyclable materials, maintaining detailed records, and cleaning carts daily. The contract is a Firm-Fixed Price, Small Business Set-Aside (HUBZone, SDVOSB, or WOSB only) for a base period plus four option periods (February 1, 2025 – January 31, 2031). It emphasizes strict adherence to safety, security, and environmental regulations, including personnel security clearances (Tier 5 background investigation), proper handling of materials, and financial reporting requirements. The contractor must supply all necessary labor, materials, and equipment, including compactors, and will be responsible for equipment maintenance and damage. The FBI will provide facility space, utilities, and rodent control. Revenue generated from recyclable sales will be discounted from the contractor's monthly invoice.
    The provided document, titled
    This government solicitation, 15F06726Q0000033, is a Request for Quote (RFQ) for John Edgar Hoover (JEH) Waste Management Services for multiple option years, spanning from February 1, 2026, to January 31, 2031. The document outlines general contract terms and conditions for commercial items, including invoicing, patent indemnity, prompt payment, and order of precedence for resolving inconsistencies. It also details specific clauses related to commercial supplier agreements, addressing issues such as unauthorized obligations, governing law, dispute resolution, and audit rights. Key clauses incorporated by reference cover a wide range of topics, including System for Award Management, prohibition on certain telecommunications equipment, small business utilization, labor standards, and the Buy American Statute. Additionally, the solicitation includes Department of Justice (DOJ) specific clauses regarding contractor privacy, personnel security, security of Department information, and continued contract performance during emergencies. This RFQ ensures compliance with federal regulations and departmental policies for waste management services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    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.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    CJIS Campus Cafeteria Food Service
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the operation and management of cafeteria services at its Criminal Justice Information Services (CJIS) campus in Clarksburg, West Virginia. The objective of this procurement is to establish food service facilities at no cost to the government, catering to approximately 3,700 personnel with a focus on nutritious menu offerings and compliance with various health and safety standards. The contract will cover a 12-month base period with four optional one-year extensions, and interested contractors must submit a detailed proposal, including a transition plan and staffing strategy, by the specified deadline. For further inquiries, potential bidders can contact Logan Swiger at lswiger2@fbi.gov or Jamie Melzer at jlmelzer@fbi.gov.
    Justification for Exception to Fair Opportunity - Emergency Piping and Plumbing Leak Repair and Prevention
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to acquire a firm-fixed-price contract for emergency piping and plumbing leak repair and prevention at the J. Edgar Hoover FBI Building in Washington, DC. This procurement is justified as a sole-source contract due to its nature as a logical follow-on to a previous order issued under the FBI Regional Multiple Award Construction Contract (RMACC), ensuring economy and efficiency in the process. The services are critical for maintaining the operational integrity of the facility, which houses essential FBI functions. Interested parties can reach out to Eric Thomas at ejthomas3@fbi.gov for further details regarding the justification and procurement process.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA West Virginia VAMCs Only (4 VAMCs & 17 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) for Municipal Solid Waste and Recycling Services specifically for VISN 5 facilities in West Virginia, which includes four VA Medical Centers (VAMCs) and seventeen Community-Based Outpatient Clinics (CBOCs). The procurement aims to establish a single-award, firm-fixed-unit-price BPA that will cover the collection, transportation, and disposal of municipal solid waste, industrial waste, and construction debris, alongside a comprehensive recycling program that emphasizes education and outreach. This initiative is crucial for maintaining environmental standards and efficient waste management within the VA facilities. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes by January 22, 2026, with questions due by January 8, 2026. For further inquiries, contact Darren G. Morris at darren.morris2@va.gov.
    FMC Fort Worth-Mortuary Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting quotes for Mortuary Services at the Federal Medical Center (FMC) in Fort Worth, Texas. The procurement involves an indefinite delivery/requirements type contract with firm-fixed unit pricing, covering a base year and four optional 12-month extensions, and includes services such as burial, cremation, refrigeration, and transportation. This contract is crucial for ensuring dignified handling of remains and is set aside for small businesses under NAICS code 812210, with quotes due by December 24, 2025, at 12:00 a.m. Central Time, submitted electronically to Michael Blaisdell at mblaisdell@bop.gov. Interested parties must be registered in the System for Award Management (SAM) and comply with E-Verify requirements.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.