Solid Waste Collection and Disposal for Catawba
ID: 75H71525Q00019Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Waste Collection (56211)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 9:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for solid waste collection and disposal services for the Catawba Service Unit in Rock Hill, South Carolina. The procurement aims to establish a firm fixed-price contract for a base year with four optional renewal years, requiring the contractor to manage all aspects of non-hazardous waste disposal, including weekly collection and maintenance of dumpsters. This service is crucial for maintaining sanitary conditions and compliance with health regulations within the facility, which currently operates from a nearly 9,000 square foot building. Interested small businesses must submit their quotes via email by the closing date, and any inquiries should be directed to Velvett Cummins at velvett.cummins@ihs.gov. The total funding amount for this opportunity is approximately $47 million, and the solicitation number is 75H71525Q00019.

Point(s) of Contact
Files
Title
Posted
The document pertains to the Catawba Solid Waste Disposal RFP and addresses inquiries regarding a dumpster area and facility details. It confirms that the dumpster area has a gate that remains open and provides contact information for scheduling a site visit with Tonya Cornwell from IHS. Additionally, it notes that while a new building is in progress, the existing facility spans nearly 9,000 square feet, which includes janitorial service queries related to the number of rooms and bathrooms. This exchange illustrates the essential logistical considerations and communication channels in the RFP process, emphasizing transparency and the importance of site assessments prior to contract finalization.
Apr 2, 2025, 8:10 PM UTC
The document is a Request for Quotation (RFQ) for the Catawba Service Unit to obtain solid waste collection and disposal services. The primary aim is to select a contractor to provide non-hazardous waste disposal services through a firm fixed-price contract for a base year with four optional renewal years. The contractor is responsible for all labor, materials, and equipment necessary for the collection and disposal of solid waste, with collection occurring weekly. The document details requirements for maintaining dumpsters, including ensuring they are odor-free and accessible, and outlines strict protocols for reporting and managing any spills or contamination. The contractor must follow specific guidelines for vehicle operations, disposal site permits, and service schedules. Quality past performance, technical capability, and price will be critical evaluation factors for submissions. Additionally, compliance with various labor standards, including minimum wage provisions and employment regulations, is mandatory, ensuring that workers are fairly compensated. The provisions reflect the government's commitment to promoting small business engagement and compliance with federal acquisition regulations throughout the contract process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Bio-Medical Waste Pickup and Removal IHS1507042
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Bio-Medical Waste Pickup and Removal services at Fort Yates Hospital in North Dakota. The contract requires the contractor to provide comprehensive handling, transport, and disposal of infectious bio-medical waste, ensuring compliance with all local, state, and federal regulations. This service is critical for maintaining health and safety standards in healthcare settings, particularly in emergency situations. Interested parties must submit a capability statement to Contract Specialist William Kohl at william.kohl@ihs.gov by the specified deadline, with the contract structured as a Firm-Fixed Price for a base year and four option years, emphasizing the importance of adherence to the Buy Indian Act for Indian Economic Enterprises.
BFSU Trash Removal Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
Portable Storage Unit - Unity
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the acquisition of a Portable Storage Unit for the Unity Healing Center located in Cherokee, North Carolina. The procurement involves a 12' x 24' portable storage unit that must meet specific requirements, including roll-up doors, interior lighting, and durable construction, with no ongoing maintenance or inspection services required post-installation. This initiative underscores the federal government's commitment to supporting Indian-owned businesses, as the solicitation is a 100% Indian-Owned Small Business Set-Aside, with proposals due by March 26, 2025, and a delivery timeline of 60 days following contract award. Interested vendors can direct inquiries to Velvett Cummins at velvett.cummins@ihs.gov.
Media Destruction
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide media destruction and asset removal services for the Phoenix Indian Medical Center (PIMC). The procurement involves secure shredding and destruction of over 2,800 hard drives, 400 mobile devices, and 170 backup tape media to comply with IHS data destruction standards, as PIMC plans to repurpose its IT storage area. This opportunity is set aside for Indian Economic Enterprises (IEE) under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested firms must respond by April 10, 2025, and provide necessary documentation, including a capability statement and self-certification of eligibility, with a contract value estimated at $16.5 million over a five-year period. For further inquiries, contact Marilyn Duran at Marilyn.duran@ihs.gov or Michele Lodge at Michele.Lodge@ihs.gov.
Media Destruction - Asset Removal
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for a media destruction and asset removal project in Phoenix, Arizona. The procurement involves the secure destruction of outdated IT assets, including hard drives, laptops, and mobile devices, in compliance with federal regulations such as FACTA and HIPAA, ensuring the protection of sensitive health information. This initiative is crucial for maintaining information security and compliance within federal healthcare operations, particularly in light of the accumulated assets since the Covid Pandemic. Interested parties can contact Marilyn Duran at Marilyn.duran@ihs.gov or Michele Lodge at Michele.Lodge@ihs.gov for further details, with the solicitation inviting quotes from eligible Indian Economic Enterprises under the Buy Indian Act.
Non- hazardous waste disposal services in Gastonia, NC
Buyer not available
The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking potential vendors for non-hazardous waste disposal services in Gastonia, North Carolina. The procurement involves a Firm Fixed Price commercial service contract for the rental of two 8-yard dumpsters with bi-weekly pickup services for a duration of twelve months, commencing January 1, 2025. This service is crucial for the USDA's Agricultural Marketing Service facility, which supports two federal agencies and requires compliance with local and state regulations for waste management. Interested vendors must submit their capabilities and pricing estimates by November 25, 2024, at 4:00 PM (EST) to Carol Dingess at carol.dingess@usda.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
Sewer Service, Henryetta, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide sewer service installation in Henryetta, Oklahoma, under a combined synopsis/solicitation. The project involves furnishing and installing a sewer service line from a home to the main sewage system, adhering to specific technical specifications and construction standards outlined in the statement of work. This procurement is a 100% Indian Owned set-aside under NAICS code 237110, with an estimated award amount under $25,000. Interested contractors must submit their quotes by April 10, 2025, with all required documentation, including the Indian Health Service Buy Indian Act representation form, to Jeffrey Earnest at jeffrey.earnest@ihs.gov.
Dual Technology Carpet Maintainer - 28" Ride-on
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from qualified vendors to supply a new R14 Ride-on Dual Technology Carpet Maintainer, designated under solicitation IHS1510457. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) and requires vendors to provide detailed quotations that include equipment specifications, services, and compliance with an OEM warranty. The carpet maintainer is essential for maintaining cleanliness and hygiene standards in healthcare facilities, ensuring a safe environment for patients and staff. Quotes are due by April 11, 2025, and must be submitted to the Fort Yuma Healthcare Center in Winterhaven, California. Interested vendors can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further information.
Restoration Service Model for basement at Wagner IHS Healthcare Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for a restoration service model to remediate water damage in the basement of the Wagner IHS Healthcare Center in South Dakota. The primary objective is to address damage caused by flooding, which includes repairing drywall, insulation, and paint, while also testing for potential mold and health hazards. This project is critical for maintaining the health and safety of the facility, ensuring structural integrity, and preventing further risks associated with damp conditions. Interested parties must submit their capability statements to John Archambeau at john.archambeau@ihs.gov by April 11, 2025, with a performance period of 90 days anticipated for the project.
Wagner Misc. Projects
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Wagner Miscellaneous Projects at the Wagner Indian Health Service Clinic in South Dakota. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and involves construction tasks including flooring replacement, exterior improvements, and the installation of propane fuel tanks, with an estimated project magnitude between $250,000 and $500,000. The contract will be awarded as a Firm Fixed Price (FFP) and is expected to be completed within 365 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by the specified deadline to Thupten Tsering at thupten.tsering@ihs.gov, and are encouraged to review all attached documents for detailed requirements and evaluation criteria.