Fort Bliss Solid Waste Management (SWM) Refuse and Recycling Services
ID: W911SG25RA009Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Bliss, Texas, is seeking industry feedback for the upcoming procurement of Solid Waste Management (SWM) Refuse and Recycling Services. This presolicitation aims to gather insights on a Draft Performance Work Statement (PWS) and associated Technical Exhibits, with the intention of establishing a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract that spans five years. The services are critical for maintaining effective waste management operations at Fort Bliss, ensuring compliance with environmental regulations and supporting sustainability initiatives. Interested parties are encouraged to submit their comments via the provided feedback form by 11 AM MST on July 11, 2025, and may direct inquiries to Franklin Godinez at franklin.godinez2.civ@army.mil or SSG Jarrett Gillium at jarrett.m.gillium.mil@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "TECHNICAL EXHIBIT 1 – Installation Mapping" refers to the provision of the Fort Bliss Map Book, which is to be supplied separately through both hard copy and digital formats using the DOD Secure Access File Exchange (SAFE). The document does not contain extensive content itself, but it indicates the method of dissemination for important geographical mapping data relevant to installations at Fort Bliss. This mapping is likely essential for planning, logistics, and operational purposes within the context of federal and military activities, emphasizing secure and structured access to critical installation information. The provision of such maps supports the broader goals of government RFPs and grants by ensuring that necessary geographical data is readily available for contractors and agencies involved in related projects.
    The Fort Bliss Hazardous Waste Management Plan (HWMP) outlines procedures for the safe and compliant management of hazardous and non-hazardous waste at Fort Bliss, Texas. Designed to conform to federal, state, and Army regulations, the plan aims to protect the environment, minimize waste generation, and reduce associated costs. It delineates responsibilities among various entities, including the Garrison Commander, DPW-Environmental Division, and Defense Logistics Agency (DLA), ensuring comprehensive oversight of hazardous waste management. Key procedures include identifying and classifying hazardous waste, establishing Satellite Accumulation Points (SAPs) for temporary waste storage, and maintaining a 90-day storage facility. The HWMP incorporates training requirements for personnel to ensure they are well-informed about hazardous waste handling and regulatory compliance. It mandates regular inspections, proper labeling of waste containers, and adherence to transportation regulations. The HWMP serves both as a guide for waste generators at Fort Bliss and a framework for regulatory compliance, ensuring the safe management, reduction, and disposal of hazardous materials while emphasizing the importance of environmental stewardship.
    The Spill Prevention, Control and Countermeasure (SPCC) Plan for Fort Bliss outlines procedures to prevent oil discharges into navigable waters, addressing regulatory compliance under 40 CFR 112. It details the requirements for oil storage, including the scope and applicability of the plan, specific environmental practices, and facilities involved, including but not limited to storage tanks, transportation vehicles, and operational equipment. The document emphasizes the importance of training, inspections, and the implementation of secondary containment measures where practical while acknowledging certain circumstances of impracticability. Fort Bliss also maintains an Oil Spill Contingency Plan to ensure prompt action during spill incidents. Key contact information is provided for various stakeholders to facilitate effective communication and rapid response in case of an oil release. This plan reaffirms Fort Bliss's commitment to environmental protection, compliance with state and federal regulations, and readiness to mitigate potential oil spills, safeguarding both military operations and surrounding ecosystems.
    The document outlines the Mission Essential Functions (MEF) for Fort Bliss, categorized by priority and management responsibility. It includes various services related to military personnel, business operations, administrative support, and community services, indicating which functions must continue and which can be deferred for certain durations. Key areas highlighted include military personnel services, child and youth programs, facilities maintenance, law enforcement, and emergency management, among others. Each function is identified by a corresponding code and organizational unit responsible for its execution, such as DPW (Directorate of Public Works) and DFMWR (Directorate of Family, Morale, Welfare and Recreation). The structure emphasizes a systematic approach to prioritizing operational capabilities, ensuring critical services remain operational during contingencies. The document is significant for understanding the logistical and administrative frameworks that support military readiness and community welfare within Fort Bliss, providing a comprehensive overview necessary for facilitating government grants, contracts, and requests for proposals in related fields.
    The document outlines the Performance Work Statement (PWS) for a waste management contract, detailing the required services and performance standards the contractor must adhere to. Key responsibilities include ensuring no more than 0.05% missed pickups, maintaining an efficient refuse disposal process, and timely submission of operational reports. The contractor is expected to maintain all collection equipment in optimal condition, with strict quality control measures leading to non-conformance reports for any deficiencies. Regular inspections and monitoring of vehicle equipment and service processes are mandated, with penalties for failing to meet acceptable quality levels. The contractor must also respond to government service requests within eight hours and manage storage facilities according to environmental standards. The document emphasizes a commitment to efficient waste management, accountability, and maintaining standards for environmental health and safety at Fort Bliss. This initiative illustrates the government’s dedication to upholding rigorous operational standards while utilizing external service providers for public services.
    Technical Exhibit 06 outlines the government-furnished facilities pertinent to project execution under federal funding. This document serves to inform contractors about the infrastructure and resources that will be available to them, which may include office space, equipment, and facilities crucial for project delivery. Key components include the specifications of each facility, accessibility requirements, and any associated operational guidelines. Emphasis is placed on ensuring that contractors understand their responsibilities regarding the use and maintenance of these facilities. The structured layout of the document facilitates clarity, with organized sections dedicated to each type of facility and its particular stipulations. This exhibit is essential to fostering compliance, efficiency, and coordination during the project lifecycle, aligning with the broader objectives of federal grants and RFPs by optimizing resource utilization and enhancing collaborative opportunities between government entities and contractors.
    The document provides a comprehensive inventory of government-furnished equipment (GFE) and its current condition across various locations, detailing containers, their sizes, conditions, and specific issues requiring maintenance or repair. The inventory categorizes equipment into four condition classifications: Excellent, Good, Fair, and Poor. Excellent items are described as mechanically sound, while those marked Fair or Poor showcase various defects, underscoring the need for repairs or replacements. Notably, the report highlights various buildings and facilities, including military barracks, motor pools, and operational centers, all crucial for supporting military and logistical operations. The overarching purpose of this inventory aligns with government RFPs and grants, ensuring operational readiness by identifying equipment that may need upgrades or replacements. This systematic approach aids in resource allocation, supporting maintenance and budget planning for federal and state agencies.
    The document is an operation, service, and installation manual for the RamJet® Self-Contained Compactor Container produced by Marathon Equipment Company. It emphasizes the importance of safety, proper training, and adherence to guidelines when operating and maintaining the equipment. The manual details installation specifications, including concrete pad requirements and electrical/hydraulic installation procedures, ensuring compliance with safety standards such as OSHA and ANSI. It provides comprehensive operational instructions and maintenance schedules to prolong the unit's life and ensure safe usage. The manual states the required maintenance tasks, including checking hoses, oil level, and operational controls, as well as detailed lock-out/tag-out procedures for servicing. The document targets businesses and authorized personnel, underscoring the significance of training and safety protocols throughout the compactor's lifecycle. This compilation is crucial for organizations seeking to deploy or manage the compactor, facilitating compliance with safety regulations and ensuring operational efficiency.
    The Tobin Wells storage yard project involves the establishment of a Municipal Waste Collection Station, alongside facilities for maintenance, repair, and a laydown and storage yard. The document specifies Technical Exhibit 09, focusing on the designated laydown areas within the collection station at the A0900 area. This initiative indicates a strategic effort by the federal government to enhance waste management infrastructure, ensuring efficient operations and improved service delivery. The plan outlines essential components required for the station’s setup, emphasizing the importance of organized storage and maintenance capabilities for municipal waste collection activities. This project is representative of broader governmental investments in sustainable waste management solutions at the municipal level.
    This document provides a comprehensive list of refuse service locations across various facilities, primarily focused on military and government installations. Each entry details the location, associated tenant, designated pickup days, can number, and size. The data includes a wide range of tenants such as barracks, warehouses, operational centers, and dining facilities, indicating regular waste management activities occurring on specific weekdays, typically Monday, Wednesday, and Friday, with some locations having services on additional days. This structured overview is vital for identifying waste disposal requirements and ensuring efficient refuse collection as part of operational logistics within military settings. It supports the systematic management of waste, ensuring compliance with environmental regulations and effective resource allocation for both federal and state authorities.
    The document outlines specific deliverables required by the contractor following the award of a government contract, primarily focusing on waste management services. Key components include a Transition Phase Plan, a Recycle/Refuse Collection Schedule, employee training certifications, and safety plans, among others. The contractor must provide electronic copies of these documents in specified formats (MS Word or PDF) to designated government representatives within set timeframes post-contract award. Regular updates, reports, and plans related to safety, labor disputes, quality control, and maintenance activities are mandated, underscoring accountability and compliance with regulatory requirements. Communication with government personnel is emphasized, with requirements for verbal and written reporting on accidents, inspections, and recycling activities. The schedule includes deadlines for initial submissions, monthly summaries, and annual assessments to ensure the contractor adheres to service standards and provides transparency in operations. Overall, this document serves as a comprehensive guide for the contractor's responsibilities concerning waste management, emphasizing timely deliverables, proper documentation, and compliance with safety protocols, reflecting the government's focus on operational efficiency and environmental sustainability.
    The document presents data on average pickups for various container sizes used in waste management, with a focus on recycling and landfill usage from May 2022 to April 2023. It includes monthly statistics for different dumpster sizes, highlighting a trend of increasing pickups despite a decrease in the tonnage of recycled material. Notably, smaller containers (3 CY and 4 CY) require more frequent pickups, leading to inefficiencies. The report suggests eliminating the 3 CY containers, reducing 4 CY containers, and increasing 6 CY containers to optimize recycling capacity and reduce container pickups. The analysis includes annual pickups, average monthly rates, and landfill tonnage, demonstrating the need for strategic adjustments in container sizes to enhance recycling efficiency. The overarching goal is to improve waste management processes, aligning with government initiatives for better resource allocation and environmental sustainability.
    The document presents a comprehensive waste analysis conducted from April 26 to May 6, 2021, within various military and operational sites, including Freedom Crossing Barracks and Motor Pool. It details the composition of waste sorted by categories such as paper, plastics, metals, and organics, revealing the percentage of recyclable and non-recyclable materials. Key findings include a significant proportion of organic waste (40.9% to 60.4%) and the presence of various materials such as plastics (16.2% to 11.6%) and metals (3.5% to 1.1%). The analysis includes specific metrics for individual pickup days, emphasizing gross, tare, and net weights of waste components, serving as a basis for future waste management strategies. This analysis supports government objectives to enhance recycling efforts and reduce landfill waste, aligning with sustainability initiatives outlined in federal and state regulations. The insights gleaned from this report can guide resource allocation, inform waste reduction processes, and support grant applications focused on environmental stewardship.
    The document outlines the standards for standoff distances related to Department of Defense (DoD) buildings, focusing on the placement of trash containers and the necessary protective measures. It establishes guidelines for both new and existing buildings to minimize risks from explosions associated with trash containers. Key points include the required distances for trash containers from building exteriors, the possibility of hardening those enclosures, and secure placement to prevent unauthorized access. The document also specifies that enclosures should have openings not exceeding 6 inches and outlines additional protective measures depending on the enclosure design. Compliance with these standards aims to enhance safety and mitigate potential explosive hazards around DoD facilities, reflecting a commitment to security and risk management in federal operations. The guidelines ensure that space is unobstructed while adhering to necessary safety protocols.
    Technical Exhibit 15 presents sample container labels intended for use in various federal and state projects involving the handling of materials. The primary focus is on standardizing labeling practices to ensure safety, compliance with regulations, and effective communication regarding the contents of containers. Key ideas include the essential elements such as hazard warnings, identification of contents, and handling instructions. These labels are designed to minimize risks associated with exposure and spillage, and to facilitate proper disposal methods. The exhibit also outlines potential formats for these labels, emphasizing the need for clarity and visual effectiveness. Overall, this document serves as a guideline for ensuring that container labels conform to relevant safety standards, benefiting stakeholders involved in federal grants, RFPs and local government contracts.
    The Public Works Dumpster Request Form outlines the procedures and responsibilities for Department of Public Works (DPW) customers requesting refuse dumpsters and roll-offs. Customers must read all instructions thoroughly, fill out the request form, and email it to the designated Contracting Officer (COR) at least 15 working days before the desired date. The document emphasizes not contacting contractors directly to avoid unauthorized commitments. Dumpster placements are strategic, with stipulations for servicing existing bins and specific regulations regarding what can be disposed of, particularly in training areas. Units are liable for any leftover debris around dumpsters, which will incur additional charges if not cleaned up. A contact list for the COR and associated personnel is provided, along with a Qualified Recycling Program for specific materials. A detailed fee schedule and refuse cost worksheet are included, allowing requesters to calculate costs based on service days and dumpster types. The process is designed to ensure efficient waste management while adhering to budgetary and operational constraints.
    The document outlines crucial contract management details within a governmental context, including a contract number, expiration date, points of contact, and relevant personal information pertaining to individuals involved. Key roles noted are the Contracting Officer (KO) and the Contracting Officer's Representative (COR), indicating a structured oversight mechanism for contract execution. The form also includes sensitive data such as names, dates of birth, Social Security Numbers (SSNs), race, gender, and access status, suggesting security and compliance considerations in handling personnel involved in the contract. This framework is significant for federal Request for Proposals (RFPs), grants, and local initiatives as it ensures accountability, oversight, and adherence to ethical guidelines within government contracting. The document appears to function as a record-keeping tool for tracking personnel eligibility and management in various governmental projects, highlighting the importance of maintaining transparency and security in government operations. Overall, it reflects the administrative processes necessary to effectively manage contracts while ensuring compliance with regulatory standards and safeguarding personal information.
    The Texas Commission on Environmental Quality (TCEQ) requires a Notice of Intent to Operate a Citizens' Collection Station, which is essential for managing municipal solid waste. This document outlines the required information for applicants, including personal, facility, and property owner details. It mandates submission of forms in duplicate to the appropriate TCEQ region office. The application specifies operational requirements such as waste management protocols, site location considerations (like floodplain and wetland status), types of accepted and prohibited wastes, and screening procedures. It also includes operational process descriptions and container management guidelines. Owners are obliged to maintain sanitary conditions and post rules and hours for facility use. Additionally, a closure plan must be articulated, detailing steps to be taken when the facility ceases operations, emphasizing compliance with state law. The document concludes with an affidavit for the property owner's acknowledgment of responsibilities and a statement from the applicant certifying the accuracy of the submitted information. Overall, this procedural form is crucial for ensuring proper waste management and regulatory compliance in Texas.
    The document outlines service requirements for the maintenance and collection of non-hazardous solid waste, recycling, and organics in a municipal context. It categorizes tasks into routine and periodic services, detailing acceptable response times and minimum service levels for various waste streams, such as food waste and yard waste. For instance, routine tasks necessitate completion within specified time frames based on service categories defined as Green, Amber, Red, or Black, indicating urgency and frequency of service. Collection and transfer schedules vary based on the fullness of dumpsters, with criteria established for both non-organic recycling and organics collection. Additionally, the document addresses unscheduled collection events and bulk waste item management, highlighting the framework for environmental management practices. The clear structure, with specified timelines, ensures adequate service delivery while prioritizing public health and sanitation standards, reflecting a commitment to sustainable waste management practices within government procedures for procurement and service delivery.
    The Performance Work Statement (PWS) for Integrated Solid Waste Management Services at Fort Bliss, Texas, outlines the contract requirements for solid waste collection and recycling services for U.S. Army Garrison. Effective from May 1, 2025, the contractor is expected to provide comprehensive waste management, including scheduled pick-up, special event support, and compliance with environmental regulations and safety standards. The contract spans a base year with four optional years and incorporates a phase-in and phase-out period for smooth transitions. Key elements include maintaining traffic flow during waste collection, adhering to operational protocols during closures or emergencies, and implementing a Quality Control Plan to ensure services meet specified performance metrics. Security requirements mandate compliance with access policies and training for contractor personnel. The contractor must possess relevant experience, manage subcontractors effectively, and ensure all services are conducted safely, responsibly, and legally. This document serves as a directive for prospective contractors to understand obligations and expectations under federal RFP guidelines, assuring the Army's commitment to efficient waste management while prioritizing environmental sustainability and operational effectiveness.
    The document discusses Microsoft Information Protection, emphasizing the encryption technology utilized to protect sensitive content. It highlights that access to the document is restricted based on user authorization and suggests using a compatible PDF viewer that supports Azure Rights Management for proper access. Additionally, the document includes a reminder regarding Microsoft's commitment to user privacy, directing users to their privacy statement. This information is part of broader federal and state efforts to secure and manage sensitive government data effectively within requests for proposals (RFPs) and grant processes. The purpose of this document is to inform users about access restrictions related to Microsoft’s encryption and privacy practices while acknowledging the necessity of secure document handling in government operations.
    The document outlines a draft solicitation for commercial products and services related to solid waste management and recycling at Fort Bliss. Its primary focus is on contracts targeting Women-Owned Small Businesses (WOSBs) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs). The solicitation includes detailed requirements for various services such as dumpster provision, container cleaning, and repair, outlined along with their corresponding quantities and pricing arrangements. It stipulates that the submissions must adhere to Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The proposal requires contractors to ensure compliance with multiple regulatory mandates, including those related to small business classifications and limitations on subcontracting. Additionally, the document emphasizes the importance of technical capability, pricing, and past performance as evaluation factors for contractors’ proposals. Overall, it aims to provide a framework for award contracts to eligible small businesses, fostering competition and compliance within government procurement processes.
    The Mission and Installation Contracting Command (MICC) Fort Bliss has released a Draft Request for Proposals (RFP) for Solid Waste Management (SWM) Refuse and Recycling Services to gather industry feedback. Stakeholders are required to submit their comments exclusively via an Excel feedback form, which must be completed and returned by 11 AM MST on July 11, 2025. The feedback will be reviewed and may influence the final RFP. Instructions for the form include specifying the topic, relevant pages and paragraphs from the Performance Work Statement (PWS), and providing comments or suggestions. The document emphasizes adherence to submission guidelines to ensure organized feedback, as any feedback outside the specified format will not be accepted. This initiative reflects the federal government's approach to engaging industry participants in the RFP process while ensuring that final proposals meet operational and regulatory needs for effective solid waste management at Fort Bliss.
    The document outlines a consolidation of contract requirements for Solid Waste Management (SWM) services at Fort Bliss, Texas, by the Directorate of Public Works. The consolidation aims to achieve significant efficiencies while mitigating the impact on small businesses, particularly those in the HUBZone category. Key points include the benefits of consolidating contracts to reduce redundancies, improve quality control, and streamline contract management, potentially reducing costs and administrative burdens for the Government. Market research supports the necessity of this consolidation as it enhances waste management effectiveness and aligns with socioeconomic goals, including support for small businesses. Alternatives to consolidation, such as maintaining separate contracts or pursuing inter-governmental agreements, were considered but deemed less beneficial due to potential inefficiencies. The proposal emphasizes that while consolidating under the 8(a) program would exclude HUBZone businesses from participation, additional HUBZone contracts in other areas aim to offset this impact. The recommendation for consolidation aligns with Federal Acquisition Regulations and the goals of optimizing waste management operations at Fort Bliss.
    Similar Opportunities
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Arlington National Cemetery (ANC) Solid Waste Management Services
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Belvoir, is seeking qualified small businesses to provide solid waste management services at Arlington National Cemetery (ANC) for Fiscal Year 2026. The contractor will be responsible for managing municipal solid waste, scrap metal, construction demolition debris, and single-stream recycling, including the relocation of waste collection infrastructure for the Southern Expansion project. This procurement is critical for maintaining the cleanliness and environmental standards of the cemetery, ensuring compliance with federal, state, and local regulations. Interested parties must submit their capability statements to Contract Specialist Amber Peeples at amber.k.peeples.civ@army.mil by January 16, 2026, at 12:00 p.m. EST, and are encouraged to review the attached draft Statement of Work for detailed requirements.
    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.
    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.
    Paving IDIQ at Fort Bliss, Texas
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified 8(a) firms for a Firm-Fixed-Price (FFP), single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. The contract, valued between $25,000,000 and $50,000,000 over a five-year period, aims to support the Directorate of Public Works at Fort Bliss by ensuring the upkeep and enhancement of essential transportation infrastructure. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due via email to the designated contacts by the specified deadline. For further inquiries, firms may contact Catalina Sandoval at catalina.sandoval3.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    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.
    Trash Disposal Services
    Homeland Security, Department Of
    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.
    Other than Full and Open Competition_Integrated Waste Management
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.
    Wood Waste Grinding Services for Fort McMcy, WI IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Wood Waste Grinding Services at Fort McCoy, Wisconsin, through a Non-Personal Service Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement requires the contractor to supply all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement and solicitation terms. This service is crucial for managing wood waste effectively, contributing to environmental conservation and resource management at the facility. Interested parties should note that the contract period runs from January 15, 2026, to November 30, 2026, with four optional twelve-month extensions, and can contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or 520-706-2763 for further details.