DFAC Food Waste Pick-Up and Disposal Services
ID: W912CN-25-Q-0008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, 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 Defense, specifically the Army Contracting Command, is seeking proposals for the DFAC Food Waste Pick-Up and Disposal Services at various government-owned dining facilities located in Schofield Barracks, Wheeler Army Airfield, East Range Military Reservation, and Tripler Army Medical Center on the Island of Oahu, Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation for the efficient pickup and disposal of food waste, ensuring compliance with sanitary standards and applicable regulations. This recurring requirement is critical for maintaining operational cleanliness and sustainability within military dining facilities. Interested small business contractors must submit their offers by June 17, 2025, at 10:00 AM HST, and are encouraged to review the solicitation documents available on Federal Business Opportunities for further details and updates. For inquiries, potential vendors can contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.

    Files
    Title
    Posted
    The government RFP W912CN-25-Q-0008 outlines the requirements for food waste pickup and disposal services at multiple Defense Food Activity Centers (DFACs) located primarily at Schofield Barracks and Tripler Army Medical Center. Key details include the necessity for contractors to keep areas around the waste bins clean and to immediately address any spills that occur during service, regardless of location. The document clarifies that multiple DFACs will require bin pickups, with specific bin counts and locations outlined in Technical Exhibit 1 (TE-1). Base access protocols for contractors and subcontractors require prior approval from the Contracting Officer Representative (COR), emphasizing the submission of documentation for access passes. The estimated number of total annual pickups is provided, indicating expected variations in bin fill levels. It is also noted that this request builds upon prior contracts serviced by ECO FEEDS, INC. Overall, this RFP is aimed at ensuring a consistent and sanitary disposal process for food waste generated at military installations, underlying the government’s commitment to maintain environmental standards and operational efficiency in waste management.
    This document outlines the Request for Proposal (RFP) W912CN25Q0008 issued by the government for commercial items, specifically intended for small businesses. The solicitation date is April 14, 2025, with offers due by 10:00 AM on May 16, 2025. Key points include submission requirements for offers, such as completing the Standard Form 1449 and providing detailed pricing for all line items. The evaluation criteria for the offerors are based on technical capability, relevant work experience, and price, emphasizing the need for competitive quotes. The government intends to award a Firm Fixed Price Contract without discussions, encouraging contractors to submit their best offers initially. Other requirements include active registration in the System for Award Management (SAM) and adherence to various clauses related to procurement, including those addressing the Buy American Act and contractor representations. The document also details a site visit scheduled for April 23, 2025. Overall, this RFP aims to facilitate procurement while ensuring compliance with regulations and promoting small business participation in government contracts.
    The document outlines a solicitation for proposals associated with the procurement process managed by the U.S. government. The solicitation number W912CN25Q0008, issued by 413th CSB in Hawaii, specifies a due date for offers on June 17, 2025, with various provisions and requirements for potential contractors. Key points include submission instructions, with an emphasis on using Standard Form 1449, providing detailed pricing information, and meeting technical capabilities regarding the scope of services required. Additional requirements encompass a site visit scheduled for April 23, 2025, necessitating compliance with military regulations and proof of insurance. Evaluation criteria for offers will include technical capability, relevant work experience, and pricing, which must closely align with market value for determination of reasonableness. The government aims for a Firm Fixed Price contract and reserves the right to reject offers in the public interest. Overall, this solicitation serves to facilitate the government’s acquisition process for commercial items while ensuring compliance with federal regulations and offering opportunities for small business entities.
    This document is an amendment to a solicitation for a contract involving the pickup and disposal of food waste for the U.S. Army Garrison Hawaii. The amendment updates various contract details, including the removal of a contaminated waste paragraph, modifications to pickup schedules, and revised performance dates extending submission deadlines to June 17, 2025, at 10:00 AM HST. Key evaluation factors for contractor selection now include technical capability, relevant work experience, and pricing, with a focus on providing the most advantageous offer to the government. The performance work statement defines the expectations for non-personal service contracts, emphasizing the need for contractors to maintain sanitary standards through efficient waste management. The contractor will provide all necessary personnel and resources, ensure compliance with applicable laws and regulations, and develop a quality control plan. The intricate schedule for pickups emphasizes operational flexibility, with provisions for emergency responses and regular inspections. Overall, the document delineates the terms for achieving a successful partnership that adheres to specific operational requirements and legal compliance, showcasing the government’s intent to maintain high service standards in waste management.
    Lifecycle
    Similar Opportunities
    Pumping, Cleaning, and Servicing of Grease Traps on the Island of Oahu, Hawaii
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the pumping, cleaning, and servicing of grease traps at various U.S. Army installations on the island of Oahu, Hawaii. This procurement is a follow-on requirement and will be executed as a Firm-Fixed-Price (FFP) service contract, exclusively set aside for small businesses under the NAICS code 562998, which pertains to Other Miscellaneous Waste Management Services. The services are crucial for maintaining sanitation and compliance within military facilities, ensuring proper waste management practices are upheld. Interested contractors should monitor the SAM.gov website for the anticipated Request for Quote (RFQ) W912CN-25-Q-A025, expected to be issued around June 25, 2025, with quotes due approximately by July 24, 2025. For further inquiries, potential offerors can contact Angela McColor at angela.u.mccolor.civ@army.mil or by phone at 808-787-8829.
    Trash Removal Services for Fort Wainwright
    Buyer not available
    The Department of Defense, through the Defense Commissary Agency (DECA), is soliciting proposals for trash removal services at Fort Wainwright, Alaska. The contractor will be responsible for providing all necessary personnel, supervision, equipment, and transportation to ensure the effective removal, pickup, and disposal of trash at the Fort Wainwright Commissary. This service is crucial for maintaining cleanliness and operational efficiency at the facility. Interested small businesses, particularly those classified as Women-Owned Small Businesses (WOSB), are encouraged to submit their proposals, with the solicitation details available in the attached documents. For further inquiries, potential bidders can contact Marcella Simmons at marcella.simmons@deca.mil or Christina Ellison at christina.ellison@deca.mil.
    DUMPSTER IDIQ ALASKA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide dumpster services under a Total Small Business Set-Aside for the 11th Airborne Division at Fort Wainwright, Alaska. The contractor will be responsible for waste management, including the collection of general refuse, recyclables, biohazardous, and organic waste, while ensuring compliance with federal, state, and local environmental regulations. This procurement is critical for supporting military operations and maintaining safety and environmental standards, with the contract set to run from August 1, 2025, to July 31, 2028, and options for extensions through 2029. Interested vendors should contact Zainab Obatayo at zainab.a.obatayo.civ@army.mil or Jefferey Morgan at jefferey.a.morgan.civ@army.mil for further details.
    Refuse Collection and Recycling Services
    Buyer not available
    The Department of Defense, specifically the United States Army Contracting Command New Jersey, is seeking proposals for Refuse Collection and Recycling Services at the Staten Island USARC located at 356 Battery Road, Staten Island, NY 10305. This procurement is a Total Small Business Set-Aside, aimed at fulfilling the waste management needs of the 99th Readiness Division, ensuring efficient and environmentally responsible disposal and recycling of refuse. Proposals must be submitted by 2:00 PM Eastern Daylight Time on June 30, 2025, with inquiries directed to Sameera Sharif at sameera.e.sharif.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further assistance.
    Dining Facility (DFAC) Food Services NM ARNG
    Buyer not available
    The Department of Defense, specifically the New Mexico Army National Guard, is seeking qualified contractors to provide dining facility (DFAC) food services at the Santa Fe Training Complex. The contract encompasses the operation of two DFACs, serving approximately 2,000 to 3,000 students and collectively providing over 41,000 meals annually, with a focus on maintaining high standards of quality and safety in food service operations. This non-personal services contract will be awarded based on best value, considering price, past performance, and technical evaluation, with a total contract duration from August 2025 to July 2026 and the potential for four one-year extensions. Interested contractors must submit their quotations by July 7, 2025, and can direct inquiries to Dangela Parsons at dangela.l.parsons.civ@army.mil or Marshall Baca at marshall.e.baca.civ@army.mil.
    2-6 ACS Floor Scrubber
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of one ride-on floor scrubber and one walk-behind floor scrubber for the 2-6 ACS aircraft hangar at Wheeler Army Airfield, Hawaii. The ride-on scrubber must have a maximum width of 60 inches, cover at least 50,000 square feet per hour, and operate for a minimum of 120 minutes, while the walk-behind model should not exceed 30 inches in width, cover at least 20,000 square feet per hour, and run for at least 90 minutes. These scrubbers are essential for maintaining the cleanliness and safety of the hangar floors, ensuring they are free from grease, oil, dirt, and other contaminants. Interested vendors must possess a Unique Entity ID (UEI) and be registered in the System for Award Management (SAM), with the Request for Quote (RFQ) expected to be released around June 16, 2025, and delivery required by July 1, 2025. For further inquiries, interested parties may contact SFC Britny Bridges at britny.d.bridges.mil@army.mil or by phone at 808-787-8835.
    Refuse and Recycling Services Multi-site ND007 (ND001, ND009)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services at two locations (ND001 and ND009) under the Combined Synopsis/Solicitation titled "Refuse and Recycling Services Multi-site ND007." The contract will cover a period of performance from July 1, 2025, to June 30, 2026, which includes a base year and four optional years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and environmental standards at military sites, ensuring efficient waste management and recycling practices. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) can reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or 520-706-0368, or Shannon Baker at shannon.a.baker2.civ@army.mil or 502-898-5601 for further details.
    Refuse Service
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified small businesses to provide refuse services, including the management of various waste containers, under a Firm Fixed Price contract. The project entails servicing 14 refuse containers with a minimum capacity of eight cubic yards, 11 paper containers with a minimum capacity of two cubic yards, and one construction dumpster with a minimum capacity of twenty cubic yards, with specified collection frequencies. This opportunity is crucial for maintaining waste management operations at the Peoria facility and is set aside for small businesses, including those classified as 8(a), HUBZone, SDVOSB, and Woman-Owned. Interested parties must respond by June 18, 2025, with a completed Sources Sought Response Form and additional required documentation to Nicholas Marzinzik at nicholas.marzinzik@us.af.mil.
    Mattress and Box Spring Disposal
    Buyer not available
    The Department of Defense, specifically the U.S. Marine Corps, is seeking contractors for the disposal of unserviceable mattresses and box springs at facilities in Okinawa, Japan. The contractor will be responsible for the transportation and disposal of approximately 2,000 units from Camp Foster and Camp Kinser, ensuring compliance with local laws and environmental regulations while adhering to specific performance standards outlined in the Request for Proposal (RFP). This initiative is crucial for maintaining sanitary conditions and optimizing storage capacities at military facilities, thereby mitigating potential biohazard risks. Interested vendors should submit their proposals and complete information to Sgt. Grayson Castro at grayson.castro@usmc.mil or SSgt. Daniel Nachlas at daniel.nachlas@usmc.mil, with the period of performance scheduled from July 15 to July 22, 2025.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking a qualified contractor to establish a Campus Style Dining Venue (CSDV) through a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The objective is to finance, design, build, renovate, and operate a dining facility at five U.S. Army Garrisons, enhancing dining options for Soldiers and their families while promoting health and wellness initiatives. This procurement is crucial for modernizing dining services within military installations, ensuring compliance with Department of Defense nutritional guidelines and improving overall morale. Interested contractors should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370, with proposals due by April 4, 2025, at 4:00 PM CDT.