V--KALA NON-HAZARDOUS WASTE DISPOSAL via AIR TRANSPOR
ID: 140P8225Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

Nonscheduled Chartered Freight Air Transportation (481212)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR FREIGHT (V111)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:59 AM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide air transportation services for non-hazardous waste disposal at the Kalaupapa National Historical Park in Hawaii. The contractor will be responsible for transporting approximately ten 60-pound trash bales weekly, totaling around 15 tons annually, to an approved landfill or waste-to-energy facility, with services expected to commence on April 10, 2025. This procurement is vital for maintaining environmentally responsible waste management practices within a unique historical context, as the park serves an active community of Hansen’s disease patients. Interested parties must submit their quotes by March 6, 2025, to Lei Yang at lei_yang@nps.gov, and ensure compliance with all federal regulations and registration requirements on SAM.gov.

Point(s) of Contact
Files
Title
Posted
The Performance Work Statement (PWS) outlines the requirements for non-hazardous waste disposal via air transport for the Kalaupapa National Historical Park in Hawaii. The park, home to an active community of Hansen’s disease patients, generates approximately 15 tons of waste annually, with 50% earmarked for recycling, 28% for composting, and 22% for disposal. The National Park Service (NPS) will separate and process waste materials for transport to an approved landfill or waste-to-energy facility. The contractor must provide air transportation services, ensuring all waste bales are collected, processed, and transported twice weekly, ideally on Tuesdays. The contractor is responsible for obtaining necessary permits, licenses, and insurance, as well as maintaining adequate transport equipment. The NPS will supply transportation from the waste collection point to the airport. Moreover, the contractor must ensure personnel comply with local regulations and ensure safety within the park. Contractors must invoice electronically, and payment will be based on the actual weight of disposed waste. This effort reflects the NPS commitment to environmentally responsible waste management within the unique context of a historical and sensitive community.
Apr 2, 2025, 10:08 PM UTC
The document outlines a combined synopsis/solicitation for commercial air transportation services concerning waste disposal for the Kalaupapa National Historical Park (KALA). The solicitation number is 140P8225Q0009, and it calls for quotes due by April 6, 2025, with performance expected to commence by April 10, 2025. Key tasks include transporting approximately ten 60-lb trash bales weekly, summing up to around 15 tons annually, to an approved landfill or waste facility. The solicitation emphasizes a total small business set-aside, requiring interested entities to provide detailed technical solutions, valid SAM.gov registration, and acknowledgment of amendments. The document specifies evaluation criteria focusing on price, technical capabilities, and past performance quality. Contractors are instructed to submit pricing for three contract line items with a total price reflecting all necessary services. Amendments may alter due dates and detailed service descriptions. Moreover, it highlights the necessity for compliance with specific FAR clauses and mandates that contractors utilize the Department of Treasury’s Invoice Processing Platform for payment submissions. Overall, the solicitation emphasizes the government's commitment to outsourcing waste management efficiently while fostering small business participation.
Apr 2, 2025, 10:08 PM UTC
The document outlines a Request for Quotation (RFQ) for air transportation services from the Kalaupapa National Historical Park (KALA) in Hawaii for the disposal of non-hazardous waste, specifically trash bales. The government seeks a contractor to provide this service over a performance period from April 1, 2025, to March 31, 2030, with options for four additional years. The contractor will be responsible for transporting approximately ten 60-pound trash bales per week, totaling around 15 tons annually, to an approved landfill or waste-to-energy facility. The solicitation includes detailed submission requirements for bidders, such as active registration on SAM.gov, past performance documentation, and compliance with specific federal regulations. It is set aside for small businesses, emphasizing a commitment to including various small business classifications. The evaluation process will focus on pricing, technical capability, and past performance. Quotes must be submitted by March 6, 2025, to the designated government contact, Lei Yang, with mandatory instructions on how to engage regarding the RFQ. The document reflects standard procedures for federal procurement, particularly in the environmental service sector.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SERVICE, SOLID WASTE PICK-UP AND DISPOSAL SERVICES
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for solid waste pick-up and disposal services at Biscayne National Park, as outlined in solicitation number 140P5425Q0015. The contract will cover a one-year period from May 15, 2025, to May 14, 2026, requiring the contractor to manage non-hazardous waste through scheduled pickups from designated dumpsters while adhering to federal, state, and local waste disposal regulations. This procurement is vital for maintaining cleanliness and environmental standards within the national park, supporting sustainability practices, and ensuring compliance with federal regulations. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Tony Eusebio at TonyEusebio@nps.gov or by phone at 470-819-0959.
S--MORA FY25 SOLID WASTE CONTRACT
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting firm fixed-price offers for solid waste and recycling pickup and disposal services at Mount Rainier National Park (MORA). Contractors are required to provide various sizes of waste containers, along with rental, hauling, and disposal services at multiple designated locations, ensuring compliance with federal labor and environmental regulations. This procurement is essential for maintaining efficient waste management practices within the park, promoting environmental stewardship, and enhancing operational effectiveness. Interested contractors must submit their quotes by April 17, 2025, and are encouraged to direct inquiries to Hal Hoversten at HalHoversten@nps.gov or by phone at 360-569-6542.
S--Notice of Intent to Sole Source
Buyer not available
The National Park Service (NPS) intends to award a sole-source procurement contract to Harold LeMay Enterprises Inc., doing business as Pierce County Refuse, for solid waste collection services. This procurement action is conducted under Federal Acquisition Regulation (FAR) guidelines, specifically FAR 13.106-1(b) and FAR 6.302-5, and does not invite competitive proposals. Solid waste collection is crucial for maintaining the cleanliness and environmental integrity of national parks, ensuring a safe and pleasant experience for visitors. Interested firms have until April 17, 2025, to submit an interest letter to Contracting Officer John Flatt at johnflatt@nps.gov, demonstrating their capability to meet the contract requirements, as the government retains discretion over whether to pursue competitive procurement.
Recycling Services for Yellowstone National Park
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for recycling services at Yellowstone National Park, covering an initial base period from June 15, 2025, to June 14, 2026, with options to extend through June 14, 2030. The contractor will be responsible for the monitoring, collection, transportation, and disposal of recyclables across approximately fifty designated sites within the park, which serves over four million visitors annually. This initiative is crucial for enhancing the park's recycling efforts and ensuring compliance with environmental standards while managing waste effectively in a unique ecological context. Interested small businesses must submit detailed proposals, including project narratives and past performance examples, by following the outlined submission guidelines, and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further information.
Custodial Services Christiansted NHS
Buyer not available
The National Park Service (NPS) is seeking quotations for custodial services at the Christiansted National Historic Site in the U.S. Virgin Islands, under Request for Quote (RFQ) number 140P5425Q0016. The contract, which is set for a duration of one year, requires the contractor to maintain cleanliness in public restrooms, office spaces, and high-traffic visitor areas, with a dedicated janitor provided five days a week and adherence to OSHA safety standards. This procurement is vital for ensuring a clean, safe, and historically respectful environment for visitors at this national landmark, reflecting the government's commitment to public health and historical integrity. Interested small businesses must submit their bids by April 30, 2025, following a site visit on April 22 and a deadline for questions on April 23; for further inquiries, contact Noelli Medina at NoelliMedina@nps.gov or call 470-819-0940.
U.S. Army Garrison Hawaii - Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock) Refuse Service
Buyer not available
The Department of Defense is seeking qualified contractors to provide refuse services for the U.S. Army Garrison Hawaii at various installations on the Big Island, including Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock). The objective is to ensure efficient and environmentally compliant refuse collection and disposal, supporting the mission of the Department of Public Works. This opportunity is set aside for small businesses under the NAICS code 562111, focusing on solid waste collection, with contractors required to demonstrate their technical capabilities and relevant work experience. Quotes must be submitted electronically by April 23, 2025, and interested parties can contact Edmond Chan at edmond.r.chan.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil for further information.
KALA Telehandler
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is soliciting quotes for the procurement of one Diesel Telehandler, designated as the KALA Telehandler. This opportunity is set aside for small businesses and requires bidders to provide detailed specifications and delivery requirements as outlined in the Request for Quotation (RFQ). The Diesel Telehandler is essential for various operational tasks within the parks, enhancing efficiency in material handling and site management. Interested vendors must submit their quotes by April 18, 2025, and ensure they are registered in the System for Award Management (SAM) to qualify for consideration. For further inquiries, potential bidders can contact Janet Milson at janetmilson@nps.gov or call 907-201-2581.
S--Wastewater Operator Services for Yosemite NP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide wastewater treatment operator services at Yosemite National Park in California. The procurement aims to maintain three wastewater treatment facilities, ensuring compliance with federal and state regulations while effectively managing wastewater treatment processes over a five-month period from May 18, 2025, to October 18, 2025. This opportunity is critical for sustaining environmental standards in a national park setting, emphasizing the importance of qualified personnel with relevant certifications and experience in wastewater management. Interested offerors must submit their quotes via email by April 23, 2025, at 5:00 PM Pacific Time, and can direct inquiries to Charlene Flanagan at CharleneFlanagan@nps.gov.
S--BADL Biowaste Vault Pumping Service
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Biowaste Vault Pumping Services at Badlands National Park in South Dakota. This procurement aims to establish a firm-fixed price contract for septic pumping services covering 13 vault toilets, with services scheduled approximately every three weeks over three ordering periods from April 1, 2025, to March 31, 2028. The contract is crucial for maintaining sanitation services that enhance the visitor experience and support environmental management within the park. Interested small businesses must submit their quotations electronically, including a completed Standard Form 1449 and relevant experience documentation, by the specified deadlines, with a site visit scheduled for April 17, 2025. For further inquiries, potential offerors can contact Nathan Ziegler at nathanziegler@nps.gov or call 605-574-0480.
DFAC Food Waste Pick-Up and Disposal Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for food waste pick-up and disposal services at government-owned dining facilities located at Schofield Barracks, Wheeler Army Airfield, and East Range Military Reservation in Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation to ensure compliance with local, state, and federal regulations as outlined in the Performance Work Statement. This opportunity is a total small business set-aside, emphasizing the importance of small business participation in government contracts, and the contract will be awarded on a firm-fixed price basis. Interested contractors must submit their offers by 10:00 AM on May 16, 2025, and are encouraged to attend a site visit scheduled for April 23, 2025. For further inquiries, contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.