S--140R8125Q0123 TSC - BULK WASTE PICK UP
ID: 140R8125Q0123Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, 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 Bureau of Reclamation, is seeking qualified small businesses to provide bulk waste pickup services at the Denver Federal Center. The procurement involves supplying two 30-cubic-yard containers and one 15-cubic-yard container for waste collection, with options for additional containers as needed, and includes a base year of service from August 25, 2025, to August 24, 2026, followed by four option years extending to August 24, 2030. This contract is crucial for maintaining efficient waste management operations at the federal facility, ensuring compliance with environmental regulations and operational standards. Interested vendors must submit their quotes by August 18, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, and are encouraged to review the solicitation documents for detailed requirements and evaluation criteria.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides an overview of the Denver Federal Center, specifically focusing on Building 56 and its waste management infrastructure. It highlights the locations of two 30-yard containers and one 15-yard container designated for waste collection on the facility grounds. The information includes details on visitor parking regulations, access gates, and the presence of amenities such as the Clever Kids Learning Center and the DFC Wellness Center. It outlines the campus layout, including major roads and public transportation routes, which contribute to the accessibility of the federal center. The summary underscores the importance of waste management in maintaining operational efficiency and ensures compliance with environmental regulations. As part of broader federal RFPs and grants, this information is vital for entities looking to engage with the Denver Federal Center in environmental services and related industries.
    The document outlines a series of questions and answers related to a federal RFP for waste management services at the Denver Federal Center. It clarifies that the award will be based solely on evaluated pricing, without technical scoring. Notably, the government does not have historical weight data for container sizes, and site visits are currently not permitted due to time restrictions. The RFP allows for a swap-out service for container management and mandates separate line items for non-haul service fees. It emphasizes that a REAL ID is acceptable for entry into the facility, which is subject to background checks. The anticipated award date is 8 August 2025, but the start of performance will depend on the award date. The document also confirms that there are no bid bond requirements for this contract. The containers to be used will collect specific types of waste, with the 15-yard dumpsters mainly for rock and concrete, while the 30-yard dumpsters will handle larger construction debris. Overall, this document is critical for prospective offerors to understand the contract’s expectations and requirements, facilitating effective bidding and compliance with government regulations.
    The document is a combined synopsis and solicitation for a Request for Quotation (RFQ) under solicitation number 140R8125Q0123, issued by the federal government to procure waste management services at the Denver Federal Center. It specifically seeks offers from small businesses to supply and manage bulk waste containers on-site. The requirement includes the provision of two 30-cubic yard and one 15-cubic yard bulk containers for waste collection, with additional services such as occasional extra container provisions and weight-based billing for disposal. The contract spans from August 8, 2025, to August 7, 2030, divided into specific Contract Line Item Numbers (CLINs) detailing both firm-fixed price and not-to-exceed pricing structures. All interested vendors must submit their quotes by August 11, 2025, with additional details provided through attachments. An essential focus of this RFQ is adherence to federal acquisition regulations and ensuring compliance with clauses aimed at promoting small businesses. The solicitation also outlines procedures for technical direction by the Contracting Officer's Representative and highlights payment and contracting requirements, ensuring transparency and accountability in the contracting process. Overall, this document reflects the government's ongoing commitment to engaging small businesses in federal procurement opportunities while managing environmental responsibilities effectively.
    The solicitation (Number 140R8125Q0123) is a Request for Quotation (RFQ) for commercial waste hauling services at the Denver Federal Center, specifically for two 30-cubic-yard and one 15-cubic-yard bulk containers, with options for additional containers. The contract includes a base year (08/25/2025 to 08/24/2026) and four option years, extending to August 24, 2030. The services are set aside for Total Small Businesses under NAICS code 562111. Key requirements include firm-fixed prices for scheduled hauling, not-to-exceed prices for overage costs and occasional hauling, and charges for non-haul instances. Quotes must specify included tons before overage costs are incurred. Invoices require electronic submission via the Invoice Processing Platform (IPP) with attached weight tickets and COR approval. Questions are due by July 24, 2025, and quotes by August 18, 2025, to Aaron Valdez at aaronvaldez@usbr.gov. The evaluation will be based on price only, with options evaluated by adding their prices to the base requirement.
    The document is a combined synopsis/solicitation for a Request for Quotation (RFQ) by the federal government, designated as Solicitation Number 140R8125Q0123. It outlines the procurement requirements for waste management services at the Denver Federal Center (DFC). The solicitation is specifically set aside for small businesses, as defined by the NAICS code 562111, with a size standard of $47 million. Key requirements include the provision of two 30 cubic yard and one 15 cubic yard bulk containers, with outlined service expectations such as hauling and tonnage removal for both container sizes. The contract spans from August 8, 2025, to August 7, 2030, with specific pricing structures, including firm-fixed price and not-to-exceed clauses based on weight. There will be a question and answer session for bidders from July 18-24, 2025, and quotes must be submitted by August 4, 2025. This solicitation emphasizes the importance of adherence to federal acquisition regulations and requires contractors to familiarize themselves with pertinent clauses related to the execution of services. The initiative aims to bolster the DFC's waste management capabilities while ensuring compliance with federal contracting standards.
    The Bureau of Reclamation has issued a Performance Work Statement for the provision of bulk containers at the Denver Federal Center. The contractor is required to supply two 30-cubic yard containers and one 15-cubic yard container, with the option for additional dumpsters as needed. Collection services must be performed within specified timelines, including pick-up within three business days of scheduling and attention to inclement weather conditions. The contract mandates adherence to local, state, and federal regulations with respect to waste disposal, which must occur at licensed off-base sites. The contractor is responsible for container maintenance, ensuring cleanliness and structural integrity, and must provide documentation such as weight slips and invoicing on a monthly basis. Security measures require drivers and contractor employees to present valid identification and comply with safety protocols. Quality control metrics outline performance objectives, including timely waste collection and accurate reporting. Overall, this document reflects a structured approach to waste management services within federal operations, reinforcing compliance, efficiency, and accountability in government contracting.
    The document outlines the layout and container management of the Denver Federal Center, specifically focusing on Building 56. It provides a comprehensive mapping of streets, access points, and notable facilities within the campus, including Clever Kids Learning Center, DFC Wellness Center, and solar panel installations. Key details include the identification of waste disposal resources located around Building 56, which houses two 30-yard containers and one 15-yard container, along with directions for their access. Visitor parking is indicated throughout the campus, reinforcing the center's logistical considerations for both operations and visitor accessibility. The document serves as a practical guide for waste management coordination and campus navigation, reflecting the center's adherence to efficient operational practices within federal facilities.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The contract requires the contractor to provide all necessary containers and perform waste pickups, with Ajo Station needing two pickups per week and Ajo Checkpoint requiring one pickup per week, all during specified hours on weekdays. This procurement is a total small business set-aside, with a base year and four option years extending from February 2026 to February 2031, and interested vendors must submit their quotes by December 10, 2026, to the contracting officer, Eric Neckel, at eric.r.neckel@cbp.dhs.gov. The anticipated award date is January 23, 2026, and vendors must be registered in the System for Award Management (SAM) prior to the solicitation closing date.
    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.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.
    Request for Quote- Sector New York Refuse & Recycling Collection and Disposal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for refuse and recycling collection and disposal services in New York. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), and it falls under the NAICS code 562111, which pertains to solid waste collection. These services are crucial for maintaining cleanliness and environmental standards at Coast Guard facilities, ensuring efficient waste management practices. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details, and they can find additional information through the provided link.
    Trash Disposal Services
    Buyer not available
    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.
    Conchas Waste Management & Disposal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for waste management and disposal services at the Conchas Dam Project in New Mexico. The contract, designated as a total small business set-aside, requires the contractor to provide all necessary personnel, equipment, and supplies to manage waste collection and disposal for government facilities within the project boundaries, adhering to specified schedules for both recreation and off-season periods. This procurement is crucial for maintaining environmental standards and operational efficiency at the site, with a firm, fixed-price service contract expected to cover a base year from January 1, 2026, to December 31, 2026, and four additional option years through 2030. Interested parties should contact Glenda Kohlieber at Glenda.D.Kohlieber@usace.army.mil or call 575-479-6095 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.