S--DUMPSTER SERVICES FOR GLACIER NATIONAL PARK (EAST
ID: 140P1425Q0057Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Solid Waste Landfill (562212)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide dumpster services for Glacier National Park's East side, specifically in St. Mary, Montana. The procurement involves the delivery, rental, pickup, and disposal of various types of dumpsters, including those for construction debris, appliance disposal, and sludge collection, over a contract period consisting of a base year and four optional years. This initiative is crucial for maintaining waste management standards within the national park, ensuring compliance with environmental regulations and operational efficiency. Interested small businesses must submit their quotations by June 17, 2025, with the performance period commencing on July 1, 2025, and concluding on June 30, 2026. For further inquiries, potential bidders can contact Sharon LaRosa at Sharon_LaRosa@nps.gov or by phone at 307-739-3634.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents the Wage Determination under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage rates for various occupations in Montana. The revised wage determination indicates that for contracts awarded after January 30, 2022, the minimum wage is set at $17.75 per hour, adhering to Executive Order 14026, while contracts awarded earlier can have a minimum wage of $13.30 per hour, in line with Executive Order 13658. The file elaborates on specific wage rates for over a hundred occupations, including administrative support, automotive service, food preparation, health, and technical roles, with accompanying fringe benefits. Additionally, it outlines health and welfare benefits amounting to $5.36 per hour and vacation policies, as well as compliance obligations regarding paid sick leave under Executive Order 13706. The document also describes the conformance process for adding unlisted job classifications. Overall, it emphasizes labor standards for contractors to ensure fair wages and employee rights in service contracts, contributing to federal and state efforts to uphold labor laws in public contracts.
    The document outlines a Request for Proposal (RFP) for dumpster services at Glacier National Park's east side, specifically in St. Mary, Montana. The contract involves providing three types of 30 cubic yard dumpsters: for construction debris (for 12 months), appliance disposal (for 3 months), and sludge collection at the Saint Mary wastewater treatment plant (utilized from June to September). The contractor is responsible for the transportation, disposal, and associated fees of all materials in compliance with safety and regulatory standards. Key requirements include maintaining the dumpsters in good condition, ensuring timely emptying based on specified schedules, and documenting vehicle weights during sludge collection for accurate reporting. Collection services must occur on weekdays from 8:00 AM to 5:00 PM, with all vehicles needing to comply with safety regulations. The contractor must also maintain a point of contact for service communications throughout the contract's five-year duration. This document exemplifies government procurement practices focusing on adherence to environmental laws and high service standards for waste management within national park facilities.
    This document is an amendment to a solicitation for services related to waste management and construction at Glacier National Park's East side. The primary focus of the acquisition is to provide delivery, rental, pickup, and disposal of appliances and sludge dumpsters, with a contract duration spanning a base year and four optional years. It is explicitly designated as a 100% Total Small Business Set Aside under the NAICS code 562212. Offers must acknowledge receipt of the amendment by the specified date, and submissions are due by June 17, 2025, with a performance period starting from July 1, 2025, to June 30, 2026. The document outlines the necessary procedural requirements for modification and submission, emphasizing adherence to deadlines and proper acknowledgment to avoid rejection of offers. Overall, this amendment formalizes important details that guide potential contractors in their submission process, aligning with federal procurement standards.
    The document pertains to Request for Quotation (RFQ) 140P1425Q0057, issued by the National Park Service for dumpster services at Glacier National Park, specifically for the East side at Saint Mary. The procurement involves delivering, renting, picking up, and disposing of construction, appliance, and sludge dumpsters over a contract length including one base year (July 1, 2025 - June 30, 2026) and four one-year options extending through June 30, 2030. This project is designated as a 100% Total Small Business Set Aside, and interested vendors must submit their quotations by June 17, 2025. The evaluation criteria focus on price, technical capability, and prior experience, emphasizing the importance of substantial compliance with established specifications. Additionally, the document outlines contractual requirements, insurance provisions, and stipulates that submissions must be made via email to the designated contact, Sharon LaRosa. This RFQ exemplifies the regulatory framework governing federal procurement practices and the necessity for adherence to qualitative standards, making it a crucial initiative for effective park operations and environmental management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.