Refuse and Recycling Services at KS065-10 Locations in Kansas
ID: W911SA25QA004Type: 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 Army, is seeking proposals for refuse and recycling services at ten locations in Kansas, with a contract period from February 1, 2025, to January 31, 2026, and options for four additional years. The contractor will be responsible for providing all necessary labor, equipment, and compliance with federal, state, and local regulations regarding waste management, as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining effective waste disposal and recycling operations, supporting environmental sustainability, and promoting economic development through engagement with small businesses, particularly those owned by women. Interested vendors must submit their quotes by January 13, 2025, and can direct inquiries to Melissa T. Larson at melissa.t.larson.civ@army.mil, with an estimated total contract value of approximately $47 million.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the refuse and recycling dumpster sizes and collection frequencies for various facilities across Kansas, as of August 1, 2024. It lists multiple locations, including facilities in Great Bend, New Century, Manhattan, Pittsburg, Salina, Hays, Leavenworth, and Dodge City, detailing the number of refuse and recycling dumpsters at each site along with their collection schedules. For example, Great Bend features a 3-yard dumpster collected twice monthly, while other locations may utilize larger 6-yard or 8-yard dumpsters collected weekly or bi-monthly. This systematic approach to waste management illustrates compliance with local and federal regulations for waste disposal and recycling initiatives. The document serves as a管理工具, ensuring effective waste management practices in alignment with sustainability goals across state and local governments.
    The document details Amendment 0001 to a solicitation concerning the collection, transportation, and processing of refuse and recycling materials across ten locations in Kansas. The amendment extends the offer submission deadline from January 7, 2025, to January 13, 2025, and incorporates responses to questions from potential contractors. Updates include an expanded scope of services, increasing from eight to ten locations, and changes in relevant documentation such as the Performance Work Statement (PWS) and price schedule. The contract period is set from February 1, 2025, to January 31, 2026, including options for an additional four years. It specifies insurance requirements and details on contractor performance assessments, emphasizing the need for compliance with federal, state, and local regulations. Additionally, the document outlines the conditions under which the contractor must report manpower data and other performance metrics, underscoring the importance of maintaining high standards in service delivery. Overall, this amendment aims to enhance service offerings and ensure accountability in waste management operations within the state, reflecting the government's commitment to improving contractor engagement and environmental efficiency.
    The Performance Work Statement (PWS) outlines a non-personal services contract for refuse and recycling services at multiple Army Reserve locations in Kansas. The contractor is required to provide all necessary personnel, labor, equipment, and supplies, ensuring that refuse and recycling services maintain a clean and professional environment. Responsibilities include adhering to quality control measures and performance evaluation by a designated Contracting Officer Representative (COR). The contract consists of a single base period and four optional extensions, emphasizing timely service adjustments, proper labeling of disposal containers, and adherence to federal, state, and local regulations. Additionally, contractor employees must complete required anti-terrorism and operations security training prior to accessing Army facilities. The PWS defines various categories of solid waste and outlines the contractor's obligations, including reporting any damages or unusual conditions. This document serves to ensure that refuse management services are executed to high standards while complying with essential security and operational protocols within the government framework.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide refuse and recycling services for the KS Army Reserve across multiple locations in Kansas. The Contractor is responsible for all aspects of service delivery, including personnel, labor, equipment, and adherence to government standards, while the government retains no supervision authority over contractor personnel. Services aim to maintain cleanliness and organization around waste disposal areas, following an established schedule approved by the Contracting Officer Representative (COR). Quality control is emphasized, with non-conformance addressed through a corrective action request system, detailing levels of deficiencies from minor to critical. The contract includes specific tasks, such as maintaining serviceable dumpsters/containers, managing waste, and communicating schedule changes during inclement weather. The contractor is also required to uphold security and operational standards, including employee identification, compliance with anti-terrorism training, and the proper handling of hazardous materials. The overall objective is to ensure efficient waste management services while promoting safety and compliance with federal regulations.
    The document serves as a Contract Requirements Package Antiterrorism/Operations Security Review Cover Sheet. Its main purpose is to outline the necessary reviews and approvals regarding antiterrorism (AT), operations security (OPSEC), and related security measures for government contracts. A signed cover sheet is mandatory for all contract packages, except certain supply contracts. The document details the prerequisites for organizational reviews from an Antiterrorism Officer (ATO) and an OPSEC officer. Additionally, it establishes standard contract language, training requirements, and procedures for contractors and subcontractors operating within Army facilities. This includes mandates for antiterrorism awareness training, information assurance training, and adherence to specific security protocols for accessing DoD facilities or handling classified information. The instructions emphasize compliance with Army regulations and the necessity for contractors to implement formal OPSEC programs. This structured approach underscores the government's commitment to ensuring safety and security in sensitive operations, particularly in contexts involving military or governmental operations both domestically and internationally.
    The document outlines performance objectives and standards for contractors providing solid waste management services to government facilities. Key requirements include issuing identification badges to all contractor employees prior to facility access, maintaining serviceable and labeled waste containers, and submitting monthly solid waste disposal reports. Failure to comply with these requirements may lead to corrective action requests, potential negative evaluations, and reductions in payment. Incentives for compliance include a positive performance assessment and full payment for services. The document emphasizes the importance of proper waste management practices, maintaining communication with the Contracting Officer Representative (COR), and adherence to specified standards, aiming to ensure effective service delivery and operational compliance within government contracts. Overall, it serves as a framework for contractor accountability and performance measurement in solid waste disposal operations.
    The document outlines the required deliverables for a contract related to refuse and recycling services, detailing necessary reports and documentation, their formats, submission timelines, and distribution channels. Key personnel information, employee identification, and various training certifications must be submitted to the Contracting Officer's Representative (COR) within specified time frames. For instance, the identification of contract employees is to be submitted before they enter government facilities, while completion certificates for various trainings are required within 30 days of contract initiation or new hires. Regular submissions include a solid waste disposal report, which must be monthly, and a schedule for refuse and recycling pick-up, due within five business days of contract award. Additionally, an insurance documentation requirement must be met within ten days of contract award and annually thereafter. The document emphasizes compliance with these deliverables to ensure efficient contract management and adherence to government standards.
    The document is a Wage Determination Log listing various locations within Kansas, detailing wage determination numbers and their revision dates. It includes specific entries for cities and counties such as New Century, Leavenworth, Manhattan, and others, each accompanied by a corresponding wage determination number and the date of revision set for July 22, 2024. The log serves as a resource for agencies and contractors to find wage rates applicable to different locations, aiding compliance with federal wage laws when responding to government requests for proposals (RFPs) or grants. Users are directed to visit the website https://sam.gov/wage-determinations for comprehensive wage determination details. The format provides an organized reference to essential wage information necessary for governmental projects and contracting opportunities.
    The file outlines the pricing schedule for refuse and recycling services under Solicitation Number W911SA25QA004. It categorizes service requests into different Contract Line Item Numbers (CLIN) for both refuse and recycling, specifying the number of dumpsters, their sizes, and the frequency of service, which ranges from bi-monthly to four times a month. Key entries include various sizes of dumpsters (3YD, 6YD, 8YD) and the total quantities for refuse and recycling services needed. The document further includes instructions for completing pricing calculations and emphasizes the accuracy of financial submissions, specifically targeting 12-month periods and possible option extensions. The purpose of this pricing sheet is to facilitate procurement for consistent waste management services within federal and possibly state and local jurisdictions, ensuring compliance with government contracting procedures. The outline indicates a methodical approach to managing essential waste services while also highlighting attention to detailed fiscal management and reporting requirements through specific formatting and calculation guidelines.
    The document outlines the refuse and recycling management details for various facilities in Kansas as of August 1, 2024. It specifies the facility identification codes, addresses, dumpster sizes, and their respective collection frequencies. Most facilities utilize a combination of three-yard and eight-yard dumpsters for waste collection, with operational frequencies ranging from twice monthly to weekly, depending on the facility's needs. Notable entries include the Great Bend USARC, which has a monthly collection for a three-yard dumpster, and several locations like New Century and Manhattan with weekly service for both three-yard and six-yard containers. The list emphasizes ongoing waste management efforts and assists in evaluating current contracts and service requirements in the context of government procurement initiatives. This information serves as a vital resource for assessing service delivery effectiveness and compliance with local recycling mandates in state and federal programs.
    The document appears to be a form related to waste management services, specifically detailing the reporting and evaluation of dumpster/container utilization for clients. It includes sections to input company name and address, service contract details, statistics on weight or fullness of dumpsters, and quantities disposed of in various categories such as recycling and trash. Key components consist of data collection on the size of containers, frequency of dumping, and types of materials being recycled or disposed of. The form also specifies identification of recovery/disposal facilities and requires categorization of ownership of these facilities, indicating whether they are federal, municipal, or privately owned. The purpose of this document aligns with governmental oversight and compliance related to waste management, emphasizing sustainable practices through recycling and proper waste disposal. By gathering detailed service use data, it aims to facilitate effective waste management strategies and improve recycling initiatives in accordance with government regulations.
    The document W911SA-25-Q-A004 addresses inquiries related to a solicitation for waste management services, detailing requirements for sanitation and specifications for dumpsters/containers. Sanitation is not explicitly required; however, containers must meet the Performance Work Statement (PWS) standards outlined in Part 5.2.2. This includes being serviceable, having functional covers, and properly labeled according to the type of waste or recycling service provided. If dumpsters do not meet these criteria, they are to be replaced within 30 calendar days upon notification by the Contracting Officer Representative (COR). Additionally, the document clarifies the address of KS105 for waste collection services, which is located at 17313 Chieftain, Tonganoxie, KS 66086, as listed in the Price Schedule. This information reinforces the government's effort to ensure proper waste management practices and compliance with outlined service requirements while providing necessary details for service providers involved in the RFP process. Overall, the document serves to clarify expectations and facilitate effective communication between federal agencies and service providers in the context of municipal waste management services.
    The document pertains to a solicitation for services from Women-Owned Small Businesses (WOSB) to manage refuse and recycling operations across eight locations in Kansas. The request is outlined in a formal structure, detailing the requisition number, contract specifics, contact information, and required performance details. The total award amount is approximately $47 million, covering a base year from February 1, 2025, to January 31, 2026, with four optional extensions. Key responsibilities for the contractor include the provision of labor, equipment, and adherence to federal, state, and local regulations regarding refuse and recycling management as indicated in the Performance Work Statement (PWS). The contract emphasizes compliance with various federal acquisition regulations, insurance requirements, and outlines performance documentation processes, including Contractor Performance Assessment Reports (CPARS). Notably, a commitment to utilizing small businesses and ensuring a level playing field for businesses owned by economically disadvantaged individuals is highlighted. This RFP reflects the government's ongoing commitment to engage small businesses, specifically those owned by women, in significant service contracts essential for local waste management and recycling efforts. It reinforces compliance with legal standards and promotes economic development within the community.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Buyer not available
    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.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Buyer not available
    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.
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    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.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    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.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Conchas Waste Management & Disposal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for waste management and disposal services at the Conchas Dam Project in New Mexico. The contract, designated as a total small business set-aside, requires the contractor to provide all necessary personnel, equipment, and supplies to manage waste collection and disposal for government facilities within the project boundaries, adhering to specified schedules for both recreation and off-season periods. This procurement is crucial for maintaining environmental standards and operational efficiency at the site, with a firm, fixed-price service contract expected to cover a base year from January 1, 2026, to December 31, 2026, and four additional option years through 2030. Interested parties should contact Glenda Kohlieber at Glenda.D.Kohlieber@usace.army.mil or call 575-479-6095 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
    S205--Waste and Recycling Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.
    Western Regional HW Incineration
    Buyer not available
    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.