DFAC Food Waste Pick-Up and Disposal Services
ID: W912CN-25-Q-0008Type: Solicitation
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
    DFAC Service, Camp Murray, WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from qualified vendors for Weekend Dining Facility Services at Camp Murray, Washington. The anticipated requirement includes providing lunch meals for three consecutive days each month, encompassing setup, preparation, cooking, and cleanup, all in compliance with DoD and Air Force nutritional standards. This service is crucial for maintaining the dietary needs of personnel at the 194th Wing, Washington Air National Guard, with food supplied by the 194th Wing Force Support Squadron. Interested parties must submit their responses, including company information and capabilities, by January 30, 2026, at 4:00 PM, to the 194th Contracting Office via email at 194.wg.fal.msc.contracting@us.af.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    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.
    TRASH REMOVAL SERVICES AT FORT HAMILTON COMMISSARY
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking a contractor to provide trash removal services at the Fort Hamilton Commissary located in Brooklyn, New York. The contractor will be responsible for all personnel, equipment, and transportation necessary for the removal, pickup, and disposal of trash three times a week, while ensuring compliance with all local, state, and federal environmental regulations. This procurement is a Total Small Business Set-Aside, with a contract period consisting of one base year and four one-year option periods, and the anticipated award date is March 1, 2026. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Marcella Simmons at marcella.simmons@deca.mil or Robert French at ROBERT.FRENCH@DECA.MIL.
    FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for fats and bones removal services at Moffett Field, California. The contract requires the contractor to provide comprehensive services for the removal, pickup, and disposal of supermarket animal and fish by-products, including fats and bones, with a focus on compliance with federal, state, and local regulations. This service is critical for maintaining sanitation and environmental standards at the commissary, ensuring proper waste management and diversion from landfills. Interested small businesses must submit their proposals by December 18, 2025, at 3:00 PM EST, to Marcella Simmons or Robert French via email, with the anticipated contract period spanning from January 1, 2026, to December 31, 2030.
    CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) and Government-Owned Contractor Operated (GOCO) fuel operations at Schofield Barracks and Wheeler Army Airfield in Hawaii. The selected contractor will be responsible for maintaining and operating government-owned facilities and equipment at Wheeler AAF, as well as providing retail and bulk fuel services at Schofield Barracks, adhering to best commercial practices. This procurement is significant for ensuring efficient fuel operations and maintenance, with a firm fixed-price contract anticipated for a five-year base period starting April 1, 2026, and extending through various option periods until March 30, 2056. Interested parties should contact Lisa Marsh at Lisa.Marsh@dla.mil or (445) 737-4038 for further details and must register in the System for Award Management (SAM) to participate.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Solid Waste/Recycling Processing Management Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) Business Development Program participants to provide Solid Waste/Recycling Processing Management Services at Fort Stewart, Georgia. The procurement aims to ensure efficient solid waste management and recycling operations, with contractors responsible for collecting, transporting, processing, and selling recyclable materials while adhering to environmental regulations and performance standards. This opportunity is critical for maintaining compliance with environmental management programs and diverting recyclables from landfills. Interested firms must respond to the sources sought notice with detailed information about their capabilities, experience, and interest in competing for the contract, which is anticipated to be structured as a competitive 8(a) set-aside. For further inquiries, potential respondents can contact Lacey Turner at lacey.m.turner2.civ@army.mil.