Solid Waste Management
ID: W9124R25QA0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-YUMA PROV GRDYUMA PROVING GROUND, AZ, 85365-9498, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Yuma Proving Ground (USAYPG) in Arizona, is seeking quotes for solid waste management services under a total small business set-aside contract. The contractor will be responsible for providing comprehensive solid waste removal, including the provision of dumpsters and roll-off receptacles, in accordance with the Performance Work Statement (PWS) and associated technical exhibits. This procurement is critical for maintaining environmental sustainability and operational readiness at the facility, ensuring compliance with federal, state, and local regulations. Interested parties must submit their quotations by May 13, 2025, with all inquiries directed to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.

Files
Title
Posted
Apr 8, 2025, 11:04 PM UTC
The U.S. Army Yuma Proving Ground (YPG) has issued a Performance Work Statement (PWS) for Integrated Solid Waste Management Services, outlining the contractor's responsibilities to provide comprehensive solid waste management. This contract is a non-personal services agreement requiring the contractor to supply all personnel, equipment, and materials for waste collection, transportation, and disposal services, following federal, state, and local laws. The PWS specifies that services include routine waste collection, maintenance of collection stations, special event support, and management of non-hazardous solid waste. The contractor is responsible for restoring any property damage incurred during operations without additional costs to the government. Key roles within the contractor's team include a Project Manager and Quality Control Manager, both of whom must have relevant experience and be available to coordinate effectively with government representatives. Security protocols, including employee background checks and compliance with health and safety regulations, are emphasized. The document serves to ensure that solid waste is managed efficiently and in compliance with all applicable standards, thereby contributing to the environmental sustainability and operational readiness of the YPG while maintaining safety and security for its operations.
The document outlines the pricing structure for various container services across different zones, intended for procurement under a governmental RFP related to waste management. It specifies different service categories, including weekly and monthly container pickups, additional dumps, and roll-off container rentals, with clear distinctions for size and zone. Each service type includes a brief remark on its pricing method, indicating a weekly or monthly charge basis, or outlining conditions for additional orders. The pricing schedule is structured to facilitate budgetary assessments and decision-making for contracts, highlighting potential costs associated with the delivery, relocation, and removal of containers. This framework serves as a crucial reference for government entities evaluating bids or grants related to environmental services, ensuring transparency and alignment with operational needs and compliance.
Apr 8, 2025, 11:04 PM UTC
The document consists of a series of questions and answers related to a federal Request for Proposals (RFP) overseen by the Army, with points of contact provided for further inquiries. The intent of the RFP is to outline requirements and expectations for potential contractors bidding on projects. The questions likely address various aspects of the proposal process, including eligibility, submission details, timeline, and project specifications. Although the specific content of the questions is not provided, the format suggests a structured approach to clarify potentially complex procedures for applicants. Both Damaris I. Castillo and Amanda M. Ramirez are designated points of contact, indicating that questions can be directed to them for additional information. The focus is on facilitating understanding for prospective bidders within the framework of federal contracting, ensuring compliance with relevant regulations and enhancing the efficiency of the bidding process.
The document is a Wage Determination report from the U.S. Department of Labor regarding the Service Contract Act (SCA), specifically Wage Determination No. 2015-5475, Revision No. 24. It outlines the minimum wage rates for various occupations in Arizona County of Yuma, effective for contracts entered into or extended after January 30, 2022. Notably, contractors must comply with Executive Order 14026, which sets a minimum wage of $17.75 per hour, or Executive Order 13658 with a minimum of $13.30, depending on the contract's dates. The report lists a detailed classification of occupations and corresponding wage rates, along with additional requirements for fringe benefits, including health, vacation, and holiday compensation. It emphasizes compliance with paid sick leave mandated by Executive Order 13706 for contracts awarded after January 1, 2017. The document also explains the conformance process for any unlisted occupations and clarifies regulations related to uniform provisions and hazardous pay. Overall, this report serves to ensure that contract workers receive fair wage rates and necessary benefits as dictated by federal regulations, thereby supporting equitable labor standards within government contracts.
Apr 8, 2025, 11:04 PM UTC
The document outlines a Request for Proposal (RFP) for solid waste management services at the Garrison and Mission ATEC facility in Yuma, Arizona. It details multiple Line Item Numbers (CLINs) for routine pickup services and service orders, each priced as firm fixed rates. The contract specifies a 12-month service duration with an initial base period followed by potential option years to extend services. A key requirement is the submission of a Phase In/Phase Out Plan within 30 days post-award. Inspection and acceptance criteria for the services will be directed towards a designated location in Yuma, ensuring compliance with the Performance Work Statement (PWS). The document also includes various Department of Defense Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with federal regulations and ensuring protection of government interests. The overarching goal is to solicit competitive proposals for effective waste management services while adhering to strict government contract standards. This RFP illustrates the government's commitment to efficient service delivery while fostering compliance with applicable regulations and protecting public interests during procurement processes.
Apr 8, 2025, 11:04 PM UTC
The file titled "YPG" appears to be part of a larger set of federal government documents related to Requests for Proposals (RFPs) and Grants at federal, state, and local levels. While the specifics of the YPG document are not elaborated, it likely involves guidelines or criteria related to proposal submissions, funding opportunities, or project descriptions intended for governmental procurement processes. The context suggests it may serve as a template for stakeholders aiming to secure federal or state funding through detailed project proposals. Common aspects of such documents typically include project objectives, evaluation criteria, compliance requirements, and funding guidelines. The overarching aim is to ensure transparency, encourage competition, and implement strategic funding allocations in various public sectors.
Apr 8, 2025, 11:04 PM UTC
The document outlines a comprehensive inventory of waste collection bins located at various facilities, segmented by area: HCA, Walker, LAAF, KFR, Cibola, and Food Waste Facilities. Each segment lists specific buildings along with the quantity and size of bins present, GPS coordinates for location tracking, and an indication of the total number of bins at each site. The report identifies a total of 35 bins in the HCA area, 28 in Walker, 22 in LAAF, 61 in KFR, 16 in Cibola, and 10 in Food Waste Facilities. The data serves to aid in managing waste disposal and may support RFPs addressing waste management services. This inventory reflects governmental efforts to ensure efficient waste management and compliance with local regulations while facilitating environmental sustainability initiatives.
Apr 8, 2025, 11:04 PM UTC
The document outlines the workload history of solid waste management services for fiscal years 2023 and 2024, detailing the number of scheduled container dumps, including routine and periodic services across various zones. It specifies different types of containers—such as housing, food service, travel camp, and contaminated soil containers—with a breakdown of operational performance like the total number of dumps and service dates. The report highlights the transition and actual service counts between fiscal years, noting completed and upcoming service dates for waste removal at various locations. The purpose of this document is to provide an overview of waste management operations as part of federal and local compliance with solid waste management guidelines, ensuring effective operational planning and resource allocation. By analyzing the data, it offers insight into service frequency and areas requiring adjustments or enhancements, supporting the government's efforts towards sustainable waste management practices.
Apr 8, 2025, 11:04 PM UTC
The document outlines service requirements for the collection and transfer of various types of Non-Hazardous Solid Waste (NHSW) across different categories, such as general waste, recyclables, organic matter, and food waste. It provides guidelines on the frequency of collection based on the container's fullness, using a traffic light color coding system (Green, Amber, Red, Black) to indicate service levels. The collection timeframes vary from twice a week for green materials to monthly or bi-annually for specific types of non-organic waste. Additionally, it includes maintenance expectations for the appearance of dumpsters and the need to manage waste effectively to limit odors and pest attraction. The file emphasizes that collection frequency should be adjusted based on actual waste volume to avoid unnecessary costs associated with fixed fees. Overall, this document serves as a comprehensive guide for contractors bidding on waste management contracts, ensuring compliance with health and environmental standards while addressing municipal waste challenges.
Apr 8, 2025, 11:04 PM UTC
Lifecycle
Title
Type
Solid Waste Management
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Chemical Latrines & Pumping
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is soliciting quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement involves the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from various septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract is crucial for ensuring hygiene in military operations and public venues, reflecting the government's commitment to maintaining operational efficiency and safety. Interested small businesses must submit their quotes by May 13, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
Solid Waste (refuse) Removal
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified vendors to provide solid waste removal services for the Beaver Lake Project office and associated facilities in Arkansas. This procurement, identified by solicitation number W9127S25Q0026, is a total small business set-aside under NAICS Code 562111, focusing on refuse collection services from the date of award through December 31, 2029. The selected contractor will be responsible for waste management at key locations, including the Beaver Project Office and Beaver Powerhouse, ensuring compliance with federal regulations while supporting the government's commitment to engaging small businesses. Interested vendors must submit their quotes by May 14, 2025, and can contact John Kattengell at john.r.kattengell@usace.army.mil or 501-340-1260 for further information.
U.S. Army Garrison Hawaii - Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock) Refuse Service
Buyer not available
The Department of Defense is soliciting proposals for refuse services at the U.S. Army Garrison Hawaii, specifically for the Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock). The objective of this procurement is to ensure efficient and environmentally compliant refuse collection and disposal to support the mission of the USAG-HI Department of Public Works. This contract, set aside for small businesses, emphasizes the importance of sustainable waste management practices and compliance with federal environmental standards. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Edmond Chan at edmond.r.chan.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil for further information.
Refuse and Recycling Services for IL177 (Multi-Site)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide refuse and recycling services for IL177 across three locations in Illinois. This procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and compliance with applicable laws and regulations, as outlined in the attached Performance Work Statement (PWS). The services are critical for maintaining cleanliness and environmental standards at military facilities, with the contract period set from June 3, 2025, to May 31, 2026, and options for four additional twelve-month periods, plus a six-month extension. Interested parties can contact Laurie Lago at laurie.e.lago.civ@army.mil or (520) 706-0975 for further details.
Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple locations in Michigan under the solicitation titled "Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030." This procurement involves a non-personal services contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, supervision, and other items to fulfill the service requirements as outlined in the Performance Work Statement. The contract period is set to commence on July 1, 2025, and will run until June 30, 2026, with the possibility of four additional twelve-month option periods and a six-month extension for services. Interested parties can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 502-898-7484 for further details.
W15QKN-25-Q-A089: Refuse Collection and Recycling Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse collection and recycling services at the Allegany County Soldiers Memorial United States Army Reserve Center located in Cumberland, MD. The objective of this procurement is to ensure efficient waste management and recycling operations at the facility, which is crucial for maintaining a clean and sustainable environment for military personnel. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested vendors can reach out to Evanuel Hairston at evanuel.hairston.civ@army.mil or by phone at 609-562-2576 for further details. The solicitation is currently open, and potential bidders are encouraged to submit their proposals in accordance with the guidelines provided.
MBRTB-Yampa Ranger District- Trash Collection Services
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for trash collection services at the Yampa Ranger District within the Medicine Bow-Routt National Forest in Colorado. The contract, which is a single award, firm-fixed price agreement, requires the contractor to provide dumpsters, perform trash collection from designated campgrounds, and adhere to safety and environmental standards, including the use of bear-resistant dumpsters. This initiative is crucial for maintaining cleanliness and ecological integrity in public spaces, particularly in camping areas, and supports community engagement in responsible waste disposal practices. Interested contractors must submit their quotes, including a technical proposal, by following the guidelines outlined in the Request for Quotes documents, with the contract expected to commence on June 1, 2025, and run for a base year with four optional renewal years. For further inquiries, potential bidders can contact Curtis Landreth at curtis.r.landreth@usda.gov.
Dumpster Manure Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for dumpster manure services at the Marine Corps Mountain Warfare Training Center (MCMWTC) in Bridgeport, California. The contractor will be responsible for providing a 30-cubic yard dumpster for manure collection, with requirements for efficient delivery and removal services within three business days, barring adverse weather conditions. This procurement is crucial for maintaining sanitation and operational efficiency at the training center, and it emphasizes compliance with federal acquisition regulations while supporting small business participation, particularly from service-disabled veteran-owned and women-owned small businesses. Interested contractors should contact Gabriel Lopez at Gabriel.Lopez@usmc.mil or call 760-932-1544/1666 for further details, and are encouraged to review the attached RFP for specific requirements and evaluation criteria.
Jemez Recreation Trash Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking quotes for trash collection services in the Jemez Ranger District of the Santa Fe National Forest, New Mexico. The procurement involves providing dumpsters and weekly trash pickup from designated recreational sites, including campgrounds and picnic areas, from 2025 to 2030, under a firm fixed-price contract. This initiative is part of a broader effort to ensure efficient waste management in public recreation areas while supporting small businesses, with a total small business set-aside designation. Interested contractors must submit their bids by April 27, 2025, and direct any questions to the contracting officer, Ellena Silva, at ellena.silva@usda.gov.
Refuse and Recycling Services for Multiple Sites in MN
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services for multiple sites in Minnesota, including four Army Reserve Centers. The procurement involves a non-personal services contract that requires the contractor to manage waste collection, maintain cleanliness around waste containers, and ensure compliance with federal waste management regulations. This contract is crucial for maintaining environmental standards and operational efficiency within military operations, with a performance period from July 1, 2025, to June 30, 2026, and options for renewal for up to four additional years. Interested parties, particularly small businesses, are encouraged to contact Breanna Huff at breanna.d.huff.civ@army.mil for further details and to ensure compliance with all solicitation requirements.