Refuse Collection Service for DLA Distribution San Joaquin (DDJC)
ID: SP330025Q0093Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for refuse collection services at the DLA Distribution San Joaquin in Tracy, California. The procurement aims to establish a Firm Fixed Price purchase order for waste management services, which will include a base year and four optional renewal years, spanning from July 2025 to June 2030. These services are critical for maintaining operational efficiency and compliance with environmental regulations at the military installation. Interested contractors must submit their proposals by March 20, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for refuse collection and disposal services at the Defense Logistics Agency (DLA) Distribution San Joaquin, California. DLA, a key logistics support agency within the U.S. Department of Defense, necessitates these services for effective operation across its extensive inventory and logistical framework. The contract will span one year with four optional years and demands solid waste services from designated collection points. Contractors must fulfill various logistical and operational criteria, including maintaining appropriate refuse collection vehicles and containers, adhering to strict disposal regulations, and ensuring regular sanitation. The contractor's responsibilities encompass all labor, materials, and supervision necessary for collecting and disposing of refuse, with compliance to federal, state, and local regulations paramount. Security and access protocols dictate all contractor personnel must be U.S. citizens and subject to background checks. A robust quality control plan is necessary to validate service quality, along with accountability for all waste generated. The overall aim is to ensure efficient waste management aligned with DLA's functional needs while upholding environmental and safety standards throughout the contract period.
    The document outlines the cost estimates and service requirements for refuse collection and disposal services at the Tracy site under the Defense Distribution Center (DDJC). The contract covers both Type I and Type II containers, specifying a total waste collection of 550,000 pounds and 1,600,000 pounds of materials for each contract year from FY26 to FY29. The contract includes a base period from July 1, 2025, to June 30, 2026, and extends through four optional years up to June 30, 2030. Each year's total estimated contract ceiling price is currently listed as $0, indicating that financial figures have not yet been established or approved. The service requirements align with the Statement of Work and Performance Work Statement. This request for proposals (RFP) emphasizes waste management’s importance for compliance and operational efficiency at the specified military installation, ensuring effective refuse collection throughout the specified periods.
    This government solicitation document outlines Amendment 0001, which modifies the original RFP by extending the submission deadline to March 20, 2025, at 1300 EDT. It emphasizes the necessity for bidders to acknowledge receipt of the amendment promptly to avoid rejection of their offers. Various methods for acknowledgment are provided, including completing specific items in the amendment or sending a separate communication. The amendment also clarifies that all previously stated terms and conditions remain intact except for the changes specified. The document lists administrative details, including points of contact for the contracting officer and local administration. This summary reflects the document’s critical role in facilitating bid submissions and ensuring compliance with amendment protocols in the federal contracting process.
    The document is a Request for Quote (RFQ) SP3300-25-Q-0093 issued by the Defense Logistics Agency (DLA) for refuse collection services at the DLA Distribution San Joaquin in California. It outlines a combined synopsis/solicitation format compliant with the Federal Acquisition Regulations (FAR). The procurement is open to full competition, with a North American Industry Classification System (NAICS) code of 562111 and a size standard of $47 million. The contract consists of a base year and four optional renewal years, from July 2025 to June 2030. The RFQ specifies requirements related to service performance, necessary inspections, proof of delivery documentation, and registration in the System for Award Management (SAM). Proposals must be submitted by March 13, 2025, and include technical, past performance, and pricing files. The evaluation criteria prioritize technical capability and past performance on an acceptable-unacceptable basis, with pricing considered only for technically acceptable proposals. The document emphasizes innovative approaches and cost-saving proposals, reflecting the government’s intent to enhance procurement efficiency. It also outlines compliance with wage determinations under the Service Contract Act and incorporates various FAR and DFARS clauses pertinent to the solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Long Beach, CA Port Refuse Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for refuse management services at the Long Beach Port in California. The contract involves providing and maintaining two 40-yard open top containers, with services scheduled from May 25 to June 15, 2025, and includes strict adherence to quality control and environmental regulations. This procurement is crucial for ensuring efficient waste management at a federal facility, with an estimated contract value of $47 million. Interested parties must submit their bids by March 26, 2025, and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254.
    Sierra-Bridgeport Hazardous Waste Removal and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals from qualified small businesses for the Sierra-Bridgeport Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations within a 50-mile radius of Bridgeport, California, in compliance with environmental regulations. The contract is structured with a 30-month base period followed by a 30-month option period, emphasizing the importance of responsible waste management practices in federal operations. Interested contractors must submit their proposals by March 12, 2025, at 3:00 PM EST, and can direct inquiries to James Mayotte at james.mayotte@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Paint Exteriors of warehouses
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
    Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract for DLA Distribution San Joaquin, California (DDJC)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for a Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract at DLA Distribution San Joaquin, California (DDJC). This procurement is set aside for small businesses and aims to provide construction services related to commercial and institutional building construction, specifically focusing on the repair or alteration of warehouse buildings. The contract is crucial for maintaining and enhancing the operational capabilities of the distribution center, ensuring efficient logistics support. Interested parties can reach out to Paul Holbert at paul.holbert@dla.mil or 717-770-7492, or Benjamin Bailey at benjamin.bailey@dla.mil or 717-770-5390 for further information.
    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.
    RFTP 33-4052 M/DCOS SCRAP RESIDUE SALE, LETTERKENNY, PA REQUEST FOR TECHNICAL PROPOSAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting technical proposals for the sale of metallic and non-metallic scrap property resulting from demilitarization and mutilation activities at Letterkenny, Pennsylvania. Contractors must demonstrate their capability to manage the necessary operations, including the safe removal of hazardous materials, transportation, and compliance with environmental regulations, with a minimum processing capacity of 1,000,000 pounds of materials monthly. This opportunity is crucial for ensuring responsible disposal of government property while adhering to safety and regulatory standards. Interested parties should submit their proposals by April 8, 2025, and direct any questions to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California, under solicitation SPE603-25-R-0503. The procurement aims to secure indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance, and facility maintenance services, with a primary goal of site closure and restoration while adhering to regulatory requirements. This initiative is crucial for managing environmental liabilities and ensuring compliance with federal, state, and local regulations, particularly concerning contamination from petroleum hydrocarbons and per- and polyfluoroalkyl substances (PFAS). Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total estimated funding of $2.5 million for Norwalk and $7 million for San Pedro, and a performance period from July 1, 2025, to June 30, 2029, with an option for a six-month extension. For further inquiries, contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    Riley / Minot / Ellsworth Hazardous Waste and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the removal, transportation, and disposal of hazardous waste from military installations located in Fort Riley, Kansas, Ellsworth AFB, South Dakota, and Minot AFB, North Dakota. The contract encompasses a wide range of waste types, including RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, with a focus on compliance with federal, state, and local regulations throughout the service delivery process. This procurement is critical for maintaining environmental safety and regulatory compliance in military operations, with a contract period anticipated to last 30 months from May 2025 to November 2027, including an optional 30-month extension. Proposals are due by April 4, 2025, and interested parties should direct inquiries to Erik Rundquist at erik.rundquist@dla.mil.
    DLA Disposition Services Spain Hazardous Waste Removal Sources Sought
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified businesses for hazardous waste removal services at U.S. military installations in Spain, specifically Rota and Morón. The procurement involves the transportation and disposal of various types of hazardous and non-hazardous waste, including RCRA hazardous wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs), in compliance with local, state, and federal regulations. This contract is crucial for ensuring environmental safety and regulatory compliance in waste management operations at these military bases. Interested firms must submit a capabilities package by 1300 EST on August 25, 2024, to Jose Acevedo at jose.acevedo@dla.mil, with no late submissions accepted.
    Refuse and Recycling Services IL177 Multi Site IL001 IL002 IL011 IL051
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide refuse and recycling services across multiple sites in Illinois, designated as IL177, IL001, IL002, IL011, and IL051. The procurement aims to ensure efficient solid waste collection and management, which is critical for maintaining cleanliness and environmental standards at military installations. Interested vendors should note that the primary contact for this solicitation is Jeremy Berlin, who can be reached at jeremy.l.berlin.civ@army.mil or by phone at 502-898-7484, while Melissa Larson serves as the secondary contact at melissa.t.larson.civ@army.mil or 502-898-4571. Further details regarding the solicitation process and deadlines will be provided in the official documentation.