Biowaste Disposal Service
ID: 1232SA25Q0217Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified vendors to provide Biowaste Disposal Services at its facility in Wyndmoor, Pennsylvania. The procurement requires contractors to manage the removal, treatment, and disposal of biological and regulated medical waste, adhering to federal, state, and local regulations while ensuring safety and compliance throughout the process. This service is critical for maintaining environmental standards and safety in handling potentially hazardous materials, with a contract period of 365 days and an estimated monthly waste removal of approximately 3,800 lbs. Interested vendors must submit their quotations by the specified deadline to Christopher Turner at christopher.c.turner@usda.gov, ensuring compliance with all outlined requirements and regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for the removal, treatment, and disposal of Biological/Infectious and Regulated Medical Waste from the USDA's Agricultural Research Services facility in Wyndmoor, PA. The contractor is tasked with providing all necessary labor, materials, and permits to comply with relevant DOT, EPA, and state regulations. Waste pickup is required weekly, preferably on Fridays, with an estimated monthly removal of approximately 3,800 lbs, potentially rising to 6,000 lbs during peak months. The contractor must supply rigid, reusable containers of specified sizes for waste, including biological sharps containers of various capacities. All transportation and disposal actions must adhere to federal and state laws, with strict reporting and spill management protocols in place. A mandatory recycling program emphasizes reusability of materials. The contractor is required to conduct operations safely and maintain compliance with safety regulations, providing adequate training for personnel. The contract stipulates detailed reporting requirements, including manifests for waste pickups and certificates of disposal, ensuring transparency and accountability. This procurement illustrates the USDA's efforts to manage potentially dangerous waste responsibly while complying with legal and safety standards.
    The document outlines a Request for Quotations (RFQ) for biowaste disposal services, specifically under RFQ number 1232SA25Q0217, intended for federal procurement by the USDA. The primary business size standard falls under NAICS Code 562211, with a threshold of $47 million. The contract’s period of performance is set for 365 days after the order is received, with inspections conducted at the NEA Eastern Regional Research Center in Wyndmoor, PA. It mandates invoicing through the Department of Treasury's Invoice Processing Platform, emphasizing that payment is processed only after delivery and acceptance of services. The document delineates numerous Federal Acquisition Regulation (FAR) clauses incorporated by reference, including contract terms, conditions, and compliance directives necessary for bidding. This encompasses requirements for small businesses, reporting on compensation, and labor standards. Quotations must be prepared according to specified guidelines, submitted via email, and must include detailed information regarding the business entity, quote expiration, and proof of compliance with the FAR. The evaluation will follow a Lowest Priced Technically Acceptable method, ensuring that only offerors who meet all requirements will be considered. The document concludes with essential provisions on compliance, past performance evaluations, and bidding qualifications aimed at promoting small business participation within federal contracting.
    The document outlines a Performance Work Statement for a government contract aimed at the comprehensive management of Biological/Infectious and Regulated Medical Waste from the USDA Agricultural Research Services facility in Wyndmoor, PA. The contractor is tasked with providing all necessary labor, materials, equipment, and expertise to ensure proper packaging, transportation, treatment, and final disposal of waste compliant with DOT, EPA, and state regulations. The contractor must provide various containers, manage weekly pickups, and handle potential high volume waste scenarios. Additionally, the contractor is responsible for spill management and ensuring safety regulations are met, including training for personnel involved in waste handling. The scope emphasizes mandatory recycling and proper waste management strategies, requiring detailed documentation for waste pickup and disposal processes, as well as regular reporting. The document specifies that any waste treatment must occur off-site, highlighting the critical regulatory compliance and safety measures necessary for the effective execution of the contract, reflecting the government's focus on environmentally responsible practices and public safety.
    The USDA's Quality Assurance Surveillance Plan (QASP) manages biowaste removal services at the ERRC in Wyndmoor, PA, under solicitation number PR 1152632. This QASP outlines methods for ensuring that contractors meet established performance standards and acceptable quality levels (AQLs), emphasizing systematic monitoring and evaluation of contractor performance against the requirements stated in the Performance Work Statement (PWS). It delineates the responsibilities of both the contractor and government personnel, particularly the Contracting Officer (CO) and Contracting Officer Representative (COR), and specifies surveillance methods such as periodic inspections and performance analysis. Key performance standards include adherence to federal, state, and local regulations for waste handling, provision of appropriate containers, timely collection and destruction of biological waste, and ensuring contractor personnel are trained adequately to manage hazardous materials safely. Any deviations from these standards result in documentation of non-performance, with the contractor required to address deficiencies without extra cost to the government. Overall, the QASP serves to maintain high-quality service delivery while ensuring compliance and safety standards are rigorously upheld throughout the contract's duration.
    The document outlines the Wage Determination No. 2015-5791 issued under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing the minimum wage and fringe benefit requirements for federal service contracts in Pennsylvania, particularly in Bucks, Chester, and Montgomery Counties. Contractors must adhere to minimum wage rates established by Executive Orders 14026 and 13658, which vary based on contract entering dates and renewal scenarios. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75 per hour; contracts awarded between January 1, 2015, and January 29, 2022, must meet a minimum rate of $13.30. The document provides a comprehensive list of occupations and corresponding wage rates, emphasizing the necessity for contractors to offer health and welfare benefits, sick leave, and paid vacation as mandated. It also includes instructions for the classification and wage rate process for unlisted job titles, ensuring compliance with the SCA. This determination serves to protect workers engaged in federal contracts by guaranteeing fair compensation and working conditions, reflecting the government's commitment to improving labor standards within federally funded services.
    The document outlines the requirements for submitting a responsive offer in response to RFQ 1232SA25Q0217, which pertains to a Biowaste Disposal Service. Key points include the necessity for vendors to provide specific fillable information such as their Unique Entity ID, business name, contact details, quote expiration date, and pricing information. Quotes must affirm the active SAM.gov registration and meet various Federal Acquisition Regulation (FAR) standards, including offering a firm fixed price that includes shipping costs and maintaining pricing for a minimum period of 30 days post-solicitation close. Vendors must also acknowledge any amendments to the solicitation and confirm their ability to fulfill the service delivery requirements as outlined in the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP). The service is scheduled for a contract period of 365 days, with a payment structure established for invoicing in arrears. Overall, this document serves as a framework for potential vendors to ensure compliance with federal procurement standards for the outlined service.
    The document RFQ 1232SA25Q0217 outlines the solicitation for Biowaste Disposal Services, including relevant clauses, provisions, and requirements. It identifies the NAICS Code 562211, which has a small business size standard of $47 million. The contract period extends for 365 days after receipt of the order. All services must be inspected and accepted at the delivery location specified in Wyndmoor, PA, with invoicing to be processed through the Department of Treasury's Invoice Processing Platform. The document incorporates several FAR clauses by reference, covering essential regulatory requirements, such as contractor responsibilities, payment terms, and adherence to rules regarding small business participation. It mandates the submission of specific documentation upon quotation, emphasizing that quotes must meet all requirements and be submitted via email to the designated point of contact. The government reserves the right to cancel the solicitation at any time without reimbursement obligations. Overall, the RFQ serves as a formal request for competitive offers, stressing compliance with federal regulations while promoting small business participation in government contracts for biowaste disposal services.
    Lifecycle
    Title
    Type
    Biowaste Disposal Service
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    Virkon Vehicle Treatment PA Army National Guard W912KC26QA004
    Buyer not available
    The Department of Defense, specifically the Pennsylvania Army National Guard, is soliciting proposals from qualified small businesses to provide pre-deployment agricultural disinfection services for 187 pieces of equipment in compliance with EUCOM requirements. The contractor will utilize Virkon-S at a 1:100 dilution ratio to ensure all equipment is properly sanitized, with the work scheduled to take place from January 26 to January 30, 2026, requiring contractors to be on-site for no more than five days. This service is critical for maintaining compliance with agricultural and military regulations, ensuring that equipment is free of contaminants prior to deployment. Interested parties must register in the System for Award Management (SAM), demonstrate relevant experience, and submit a completed SF 1449 form along with an itemized quote by the specified deadline. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and evaluations based on technical capability, past performance, and price.
    Hazardous Waste Transportation and Disposal Services
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for Hazardous Waste Transportation and Disposal Services. The primary objective is to identify companies capable of providing professional hazardous waste management, including transportation and disposal services, to support NREL's operations, which generate various regulated and non-regulated waste streams. This procurement is crucial for ensuring safe and compliant waste management practices, with services potentially including lab pack chemist support and bulk waste disposal. Interested companies must submit capability statements, rough order of magnitude estimates, and lead times by December 19, 2025, with the project anticipated to start in February 2026 and extend for up to 60 months. For further inquiries, contact Alex Joseph at ASP.Responses@nrel.gov.
    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.
    Waste Collection Services
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Accra, Ghana, is seeking qualified contractors to provide waste collection services. The procurement aims to ensure efficient waste management and disposal in the Accra area, which is critical for maintaining public health and environmental standards. Interested contractors can find the full solicitation details and requirements by following the provided link. For inquiries, potential bidders can contact Accra Procurement at AccraProcurement@State.Gov or by phone at +233 30 274 1759.
    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, 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 applicable laws and standards. This procurement is crucial for maintaining a clean and efficient waste management system at the base, ensuring compliance with environmental regulations. Interested small businesses must submit their quotes via email by December 12, 2025, at 4:30 PM EST, and can direct inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    S222--Medical Waste Solicitation at the SLVHCS POP: January 1st 2026 through December 31st 2026 Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide comprehensive medical waste disposal services at the Southeast Louisiana Veterans Healthcare System (SLVHCS) in New Orleans, Louisiana. The procurement includes services for regulated medical waste, chemotherapy waste, pharmaceutical waste, and general hazardous waste, with a contract period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is particularly significant as it is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their electronic quotes by December 19, 2025, and are encouraged to attend a mandatory site visit on December 12, 2025, for which prior RSVP is required. For further inquiries, contact Christopher Rossi at christopher.rossi2@va.gov.
    Waste Removal Services
    Buyer not available
    The U.S. Embassy in Oslo, Norway, is seeking qualified vendors to provide waste removal services for the Embassy Compound and the Deputy Chief of Mission residence. The procurement involves a firm-fixed-price contract with an Indefinite-Delivery Indefinite-Quantity (IDIQ) structure, consisting of a one-year base period and three optional one-year extensions. This service is crucial for maintaining the cleanliness and environmental standards of the Embassy facilities. Quotations must be submitted electronically in English by January 20, 2026, at 16:00 local time, and interested contractors should ensure they are registered in the SAM database prior to submission. For further inquiries, vendors may contact Caroline E. Harley at HarleyCE3@state.gov or Johanna Dawson at OsloGSOBids@state.gov.