Long Beach, CA Port Refuse Services
ID: W911SA25QA097Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Long Beach Port Waste Refuse Support Performance Work Statement outlines a non-personal services contract aimed at providing waste refuse management at designated locations in Long Beach, California. The contractor is responsible for supplying, servicing, and maintaining two 40-yard open top containers during the contract period from May 25 to June 15, 2025. Quality control is paramount, with a detailed Quality Control Plan required, ensuring service standards meet federal regulations. The document also details provisions for corrective actions in case of non-conformance, establishing a tiered approach varying from minor deficiencies to critical failures. Key responsibilities include timely delivery, servicing of waste containers, and adherence to environmental guidelines. The contractor must provide all necessary materials and comply with safety regulations, while the government maintains oversight without direct supervision over contractor employees. Furthermore, invoicing must be executed through the Wide Area WorkFlow system, ensuring an efficient tracking and acceptance process. Overall, this statement serves as a clear directive for waste management support in compliance with military standards and environmental regulations.
    The document outlines the requirements for an antiterrorism (AT) and operations security (OPSEC) review as part of a federal contract requirements package. Its purpose is to ensure that all contract statements of work (SOW) include safety measures related to AT, OPSEC, information assurance, and other protective elements when applicable. A signed coversheet from the organizational antiterrorism officer (ATO) and the OPSEC officer is necessary, confirming that the package has been thoroughly reviewed. The document specifies mandatory training and procedures for contractors, including AT Level I training, access and protection policies, and protocols for contractors performing overseas. Key components include the need for background checks, compliance with security training, and adherence to operational plans outlined by government directives. The document reinforces the importance of these evaluations and training to mitigate risks associated with contractor personnel in sensitive or high-risk environments, ensuring compliance with Army regulations and promoting safety in contract execution.
    The document outlines performance requirements for contractors providing waste refuse containers and associated services. Key objectives include using standard 40-yard leak-proof containers, scheduling services to empty these containers a minimum of five times during the contract period, and ensuring timely delivery and setup at specified locations. The contractor is also mandated to record service logs and promptly document any non-delivery issues, submitting updates to the Contracting Officer’s Representative (COR) as required. Containers must be removed within 48 hours after the rental period ends unless otherwise approved. Contractors may request permission to leave units if maintained in good condition at no cost to the government. Performance standards set a requirement of 95% for acceptable quality levels across all tasks, with surveillance conducted through periodic inspections. The document emphasizes the need for proactive communication and adherence to logistics, indicating the government's commitment to efficient waste management solutions and accountability in service delivery. Overall, it establishes a structured framework for contract execution in the context of governmental waste management RFPs.
    The document outlines the deliverables schedule for a federal contract, detailing specific requirements for documentation and communication related to key management and operational aspects. The primary deliverables include the California Business License, which must be emailed to the Contracting Officer's Representative (COR) at least 14 business days prior to the performance start date, and as changes occur. Key personnel information is also required within the same timeframe post-award. Invoices must be submitted into the Procurement Integrated Enterprise Environment (PIEE) system and emailed to the COR no later than 5 days after the service ends. Additionally, proof of required insurance must be provided to both the COR and the Administrative Contracting Officer (KO) within 10 days after contract award, with annual updates as necessary. The document’s structure presents a clear timeline and responsibilities for documentation, emphasizing compliance with contract terms. This deliverable schedule is crucial for ensuring that all parties are informed, properly documented, and compliant with federal regulations connected to request for proposals (RFPs) and grants at various levels of government.
    The document serves as a Wage Determination Log, specifically for San Pedro in Los Angeles County, California, indicating the wage determination number (2015-5613) and related information. It directs the reader to the website https://sam.gov/wage-determinations for full wage determination details by location, emphasizing the importance of this resource for understanding wage rates associated with federal contracts. The log includes a Facility ID number, a revision date (22-Dec-24), and indicates the need to check for updates through the revision number. This document is intended to assist in ensuring compliance with federal wage standards, a critical consideration when responding to government RFPs and grants at both federal and local levels. By providing essential wage determination data, it supports contractors and organizations in aligning their proposals and budgets with federally mandated wage practices.
    The document outlines a federal Request for Proposal (RFP) concerning waste management services at Long Beach Port, identified by the Solicitation Number W911SA25QA097. It specifies the contract components, including CLIN 0001 for 40-yard containers and CLIN 0002 for waste removal fees. The price schedule requires the submission of quantities, unit prices, and totals for waste container locations along Pier S Ave and Nimitz Rd, with instructions to complete specific shaded cells. Key aspects include the provision of waste containers and the associated removal fees, emphasizing the importance of using precise financial figures with two decimal places. The document structure is organized for clarity, with designated cells for inputting monetary values and calculations structured to transfer totals to a standard form (SF1449). This RFP is integral for soliciting bids from contractors interested in waste management and environmental compliance services at this federal facility.
    The document outlines the Estimated Workload Data for waste refuse container services required at two specified locations in a three-week timeframe from May 25 to June 15, 2025. The locations listed are 111 Pier S. Ave and 2700 Nimitz Rd, with one container needed at each site. This information is preliminary and subject to modification before the contract execution, reflecting a typical aspect of government RFP processes where estimates can evolve as project specifications finalize. The concise nature of the details underscores the urgency and planned duration for these contracted services, essential in ensuring compliance and timely waste management services within the designated period.
    The document outlines a solicitation and corresponding requirements for a Women-Owned Small Business (WOSB) seeking to provide refuse services at the Long Beach Port, CA. The government has specified its need for 40-yard open top containers and waste removal services. The total award amount is estimated at $47 million, with the solicitation due on March 26, 2025. It highlights compliance with numerous federal acquisition regulations and specific contract terms, such as payment procedures and insurance requirements. The contract is open to economically disadvantaged women-owned small businesses and incorporates various standard clauses, including those related to equal opportunity and service contract reporting. Bids must be submitted via email to the designated contracting officer, and any inquiries are to be made in writing, emphasizing the importance of adhering to deadlines for effective communication. Overall, the document serves as a detailed guide to ensure transparency and compliance throughout the bidding process while fostering small business participation in federal procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Long Beach, CA Sanitation Port Operations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide sanitation port operations services in Long Beach, California, under a total small business set-aside contract. The procurement involves the rental of portable latrines, handwash stations, shower trailers, and laundry trailers for military training events scheduled from May 25 to June 15, 2025, with a total estimated contract value of $9,000,000. These services are critical for maintaining public health standards and operational readiness during military exercises, ensuring that personnel have access to essential sanitation facilities. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must adhere to the outlined requirements, including compliance with federal regulations and submission deadlines.
    W912PP25QA003 Trash Collection, Refuse Hauling and Disposal Services for Cochiti Lake, NM
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for trash collection, refuse hauling, and disposal services at Cochiti Lake, New Mexico, under the contract number W912PP25QA003. The contract requires the contractor to provide all necessary personnel, equipment, and services to maintain cleanliness in public recreation and administrative areas, with a focus on animal-proof receptacles and compliance with environmental regulations. This service is crucial for maintaining public health and safety in recreational areas, with the contract valued at approximately $47 million and a performance period extending from the date of award through December 31, 2029, including four optional extensions. Interested parties must submit their offers by March 13, 2025, at 2:00 PM, and can contact Diana Keeran at diana.m.keeran@usace.army.mil or by phone at 505-342-3263 for further information.
    MA058 - Refuse and Recycling Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse and recycling services under the title "MA058 - Refuse and Recycling Services." This procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and environmental standards at military installations. The contract is set aside for small businesses, in accordance with FAR 19.5, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    Refuse/Recycling Services for WI088 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services for the WI088 (MS) location. The procurement aims to ensure efficient solid waste collection and management, which is crucial for maintaining cleanliness and environmental standards at military facilities. This opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 562111 for Solid Waste Collection and PSC code S205 for trash and garbage collection. Interested parties should reach out to Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details regarding the solicitation process.
    Refuse Collection Service for DLA Distribution San Joaquin (DDJC)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for refuse collection services at the DLA Distribution San Joaquin (DDJC) in Tracy, California. The procurement involves a base year contract with four optional renewal years, requiring comprehensive solid waste management services, including the collection and disposal of refuse from designated points, while adhering to federal, state, and local regulations. This contract is vital for maintaining operational efficiency and compliance within the DLA's logistics framework, ensuring effective waste management throughout the specified periods. Interested contractors must submit their proposals by March 13, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.
    Refuse Services in Devens, MA048 and Danvers, MA008
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse services in Devens, MA, and Danvers, MA. The procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and sanitation at military installations. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested vendors can reach out to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 609-562-2695, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335 for further details. The solicitation is currently open, and potential bidders are encouraged to prepare their submissions accordingly.
    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.
    Refuse Services (New)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking contractors to provide refuse services under a Combined Synopsis/Solicitation. The procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and operational efficiency at military installations. This contract falls under the NAICS code 562111 and the PSC code S205, highlighting its focus on housekeeping and trash/garbage collection. Interested parties can reach out to Baisy Lanzo at baisy.j.lanzo@usace.army.mil or call 817-659-6355 for further details regarding the submission process and any upcoming deadlines.
    Tent Rental Services for Long Beach, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide tent rental services in Long Beach, California, for a contract period from May 25 to June 15, 2025. The procurement involves supplying, setting up, maintaining, and dismantling large and medium tent structures to accommodate approximately 600 soldiers during training events, ensuring compliance with safety, quality, and environmental regulations. This contract is crucial for supporting military training operations and enhancing overall readiness, with a total award amount of $12.5 million aimed at small business classifications, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. Interested parties must submit their bids electronically to Breanna Huff by March 28, 2025, and adhere to specified performance and compliance standards outlined in the associated documents.
    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.