Garbage pick up and disposal
ID: FN1603-26Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON INDUSTRIES, INCFEDERAL PRISON INDUSTRIES, INCWASHINGTON, DC, 20534, USA

NAICS

Solid Waste Landfill (562212)

PSC

WASTE DISPOSAL EQUIPMENT (4540)

Set Aside

HUBZone Set Aside (HZC)
Timeline
    Description

    The Department of Justice, through the Federal Prison Industries (UNICOR), is seeking proposals for a five-year firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for garbage pickup and disposal services at its facility in Coleman, Florida. Contractors are required to provide all necessary equipment, labor, and supervision for solid waste and recyclable removal, adhering to federal, state, and local regulations, including EPA standards. This HUBZone Small Business Set-Aside opportunity has a maximum contract value of $7 million and emphasizes the importance of timely and compliant waste management services for the operational efficiency of the facility. Interested offerors must submit their proposals, including a Business Management Questionnaire and references, to Peyton Perry at peyton.perry@usdoj.gov by the specified deadlines, with all questions directed to the same contact by October 30, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines estimated costs for trash pick-up and disposal services, likely for a government Request for Proposal (RFP) or a similar procurement process. It details four items: UNICOR low, medium, and walk-in/drive-through trash pick-up services, and disposal per ton. Although the "Net Price" column is empty, the document projects "Yearly Qty" and "5 Year Qty" for each service, indicating an anticipated volume of work. For instance, UNICOR low service has a yearly quantity of 260 and a five-year quantity of 1300, while disposal per ton is estimated at 4,409.17 yearly and 22,045.86 over five years. The "Total 5 year IGE" and "5 Year Estimated Cost" are both listed as $0.00, suggesting this document might be an initial draft or a template where pricing information is yet to be filled in. The purpose of this file is to project the quantities needed for various trash services over a five-year period, forming a basis for potential bids or internal budget estimations.
    The document details a government contract for trash pick-up and disposal services, outlining historical purchasing data and estimated costs. It includes four main line items: UNICOR low, medium, and wide/deep trash pick-up services, and disposal per ton. The file provides yearly and five-year estimated quantities for each service, with a total five-year estimated cost of $1,537,544.93. Historical procurement records show multiple purchase orders with varying net prices for these services from Hamilton Alliance, Inc., with document dates ranging from 2021 to 2024. The document aims to provide a comprehensive overview of past expenditures and projected costs for waste management services.
    The Federal Prison Industries (UNICOR) has issued RFP FN1603-26 for a single-award, five-year IDIQ contract for waste pick-up and disposal at its Coleman, FL facilities. This HUBZone Small Business Set-Aside requires contractors to provide equipment, labor, and supervision for solid waste and recyclable removal from two factories and one warehouse. Services must comply with federal, state, and local regulations, including EPA standards. The contract specifies container sizes (30-yard for security facilities, 40-yard for the warehouse) and strict pick-up schedules, particularly for security facilities (3:00 a.m. to 5:00 a.m. EST, Monday-Friday). The maximum contract value is $7,000,000. Offerors must be SAM registered, provide pricing for all line items, and submit a Business Management Questionnaire with three references. All communications and submissions, including questions, must be directed in writing to Peyton Perry by specified deadlines.
    The Business Management Questionnaire seeks information about the contractor's experience with government contracts, including the percentage of staff dedicated to those contracts and details on any defaults in the past 36 months. Additionally, it requests bank references and contact information for the cognizant Contracting Officer. This information will help the government assess the contractor's responsibility under Federal Acquisition Regulation Part 9.
    This document is Amendment A0001 to Solicitation FN1603-26, issued by UNICOR, Federal Prison Industries, on November 4, 2025, amending the original solicitation dated October 21, 2025. This amendment clarifies questions regarding a garbage pickup and disposal contract for FPI Coleman. Key clarifications include: the number of pulls does not include facility-owned compactors; the contract specialist is unaware of a "pull increase," and listed quantities are required; provisions for "dry run" hauls will result in vendor payment for arrival if service is impossible due to the corrections environment; the last day for questions is October 30, 2025; the takeover date depends on the award date; the previous contract award was $1,227,642.80; required equipment includes two 30-yard and one 40-yard compactors; UNICOR officials determine additional pickups with at least one day's notice via email or telephone; no site visit is currently required, but the awarded contractor can request one; and there is a set service schedule with potential additional "on call" services. All other terms and conditions remain unchanged.
    Amendment A0002 to Solicitation FN1603-26, issued by UNICOR, Federal Prison Industries on November 10, 2025, clarifies requirements for a garbage pickup and disposal service at FPI Coleman. This amendment addresses a contractor's question regarding equipment ownership. It explicitly states that the contractor is responsible for supplying the necessary equipment, specifically compactors and not open tops. The amendment, issued under FAR 52.212-4(c), requires the contractor to acknowledge receipt and return one signed copy. All other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FCC Coleman FY26 December Produce
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCC Coleman in Florida, is seeking qualified small businesses to provide perishable prepared food items, particularly fresh produce, through a combined synopsis/solicitation process. Vendors must adhere to strict delivery schedules and requirements, including USDA inspection for all produce items, which encompass a variety of fruits and vegetables such as apples, carrots, and tomatoes, with specific grades and packaging standards outlined. This procurement is critical for maintaining food supplies within the correctional facility, ensuring compliance with health and safety standards. Interested sellers must submit their bids via the Unison Marketplace by November 25, 2025, and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    RBG0001-26 RBG/ SBG Support
    Buyer not available
    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.
    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.
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.
    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.
    Landfill Services
    Buyer not available
    The Department of Justice, specifically the Federal Prison System/Bureau of Prisons, is seeking contractors to provide landfill services at the USP Lee facility located in Pennington Gap, Virginia. The procurement aims to secure reliable waste management solutions to support the operational needs of the facility. Landfill services are critical for maintaining environmental compliance and ensuring the safe disposal of waste generated by the prison system. Interested parties can reach out to Jerry Johnson at j30johnson@bop.gov or by phone at 276-546-9008 for further details regarding this opportunity.
    S205--Waste and Recycling Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    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.gonzalezmcfadden.5@us.af.mil.
    W911SA26QA046 Refuse and Recycling Services for MI043 (MS)
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide refuse and recycling services for multiple Army Reserve locations in Michigan under the solicitation W911SA26QA046. The contract entails non-personal services as outlined in the Performance Work Statement (PWS), covering 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 commencing on January 1, 2026, and extending through four optional periods.
    Centralized Waste Processing System
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.