Integrated Solid Waste Management (ISWM) (Service) FE Warren AFB, WY
ID: FA461325R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for Integrated Solid Waste Management (ISWM) services at F.E. Warren Air Force Base (AFB) in Wyoming. The contractor will be responsible for providing all necessary personnel, equipment, and materials for the collection and management of municipal solid waste, adhering to local, state, and federal regulations, as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining operational efficiency and environmental standards at the base, with a contract value estimated at $47 million over a five-year period, contingent upon funding availability. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by 11:00 am MT on April 10, 2025, to the designated contacts, Megan Evans and Liezel McIntyre, via email.

    Files
    Title
    Posted
    This document serves as Amendment 01 to a government solicitation, detailing updates to contract specifications relevant to contractors. It outlines the acknowledgment methods required for offers in response to the amended solicitation, emphasizing the need for timely submission of amendments. Key modifications include the removal of specific clauses and revisions to others, such as the Wide Area Workflow Payment Instructions, which streamlines the process for vendor payment requests. The evaluation criteria for contract bids have also been outlined, stressing the importance of price, technical capability, and past performance in assessing offers. The parameters for evaluating proposals include factors like price competitiveness, technical acceptability, and relevant experience in solid waste management services. Importantly, this amendment retains all unchanged terms and conditions while clarifying expectations for contractor service continuity, particularly in crisis situations. The summary stresses the government’s commitment to ensuring that contract bids are both advantageous to the government and compliant with federal regulations. This document embodies an essential aspect of federal contracting processes designed to uphold transparency and efficiency within procurement activities.
    The document pertains to an amendment of a solicitation for a Solid Waste Management Service contract with the United States Air Force. This amendment extends the deadline for proposal submissions and updates the Price Proposal attachment. The contract is structured as a Firm Fixed Price with a base period and four option years, commencing from September 2025 to January 2030, contingent upon the availability of federal funds. Proposals must comply with several requirements including submission of a Performance Work Statement, a Mission Essential Contractor Service Plan, an Accident Safety Plan, and a Quality Control Plan. Offerors are required to have a valid registration in SAM.gov and must submit their proposals electronically by April 10, 2025. Evaluation factors for the contract include price, technical acceptability, and past performance, with emphasis placed on providing relevant experience. This document illustrates the steps and conditions required for potential contractors to participate in federal contracting processes, adhering to the guidelines established by the Federal Acquisition Regulations.
    This document pertains to Amendment 03 of a solicitation for a solid waste management service contract at F.E. Warren Air Force Base. It outlines changes made to Annexes such as the Performance Work Statement (PWS) and Price Proposal, reflecting updates to specifications and costs. The solicitation intends to award a Firm Fixed Price commercial contract with a five-year term—starting September 2025 and running through January 2030—pending funding availability. Key points include requirements for contractor qualifications, including Women Owned Small Business certification, submission of specific plans (e.g., Mission Essential Contractor Service Plan, Accident Safety Plan), and compliance with the Service Contract Act. The proposal must be submitted via email by April 10, 2025, and must outline experience in relevant waste management services. The evaluation will focus on technical acceptability, price, and past performance. Offers must adhere to strict formatting and submission guidelines. This solicitation amendment highlights the government's procedural framework for acquiring services while ensuring compliance with federal acquisition regulations and promoting transparency in contractor selection.
    The Performance Work Statement (PWS) outlines the specifications for integrated solid waste management (ISWM) at F.E. Warren AFB, effective from February 26, 2025. The contractor is responsible for providing personnel, equipment, and services necessary for the collection of municipal solid waste (MSW), recycling, and additional waste management tasks. Key requirements include setting collection schedules, maintaining cleanliness, responding to unscheduled pickups, and ensuring compliance with various regulations. The contractor is expected to submit proposed vehicle routes and schedules within five days of contract award, with adjustments monitored during the initial performance period. Specific tasks, such as food waste collection and recycling, remain reserved for clarification later. The PWS emphasizes the importance of operational efficiency, including maintenance of waste containers, timely reporting of waste tonnage, and adherence to safety and environmental standards. Quality control and performance assessment methods are established, including periodic inspections by the government, with strict penalties for unsatisfactory performance. The document also addresses security requirements, OPSEC training, and the necessity for contractor personnel to comply with installation safety protocols. Overall, this PWS serves as a comprehensive roadmap for ensuring effective waste management services at F.E. Warren AFB, outlining the contractor's responsibilities and the government's oversight mechanisms.
    The Performance Work Statement (PWS) outlines the requirements for Integrated Solid Waste Management (ISWM) services at F.E. Warren Air Force Base (AFB). The Contractor is tasked with providing all necessary personnel, equipment, and materials for efficient Municipal Solid Waste (MSW) collection while adhering to local, state, and federal regulations. Key components include establishing initial collection routes and schedules, managing unscheduled pickups for special events, and ensuring cleanliness at collection sites. The Contractor must also maintain equipment, conduct monthly reporting, and comply with security and operational protocols, particularly those related to military installations. The service aims to deliver reliable MSW disposal and recycling while fostering a hygienic environment. The document emphasizes performance thresholds, inspections, and quality control measures to ensure contract compliance and service effectiveness. Overall, this contract reflects the government’s commitment to maintaining operational standards and enhancing environmental management at the base.
    The document appears to be a corrupted or unintelligible file with no coherent content, making it impossible to extract meaningful information regarding government RFPs, federal grants, or state/local RFPs. It consists of a mix of characters and symbols without any discernible structure, clarity, or relevant details. The purpose intended in contexts of solicitation or grants is not ascertainable from the provided text due to its corrupted state. To summarize effectively, meaningful content is required to outline key topics, ideas, and supporting details, which are absent in this instance. Consequently, the document does not meet the fundamental criteria for RFPs or grant applications as there are neither clear objectives nor specific proposals presented.
    The Mission-Essential Contractor Services Plan for Integrated Solid Waste Management (ISWM) outlines procedures for maintaining essential waste management services at FE Warren AFB, WY during emergencies, as per DFARS Clause 252.237-7023. The plan aims to ensure continuity of operations for up to 30 days during crises, addressing personnel acquisition, supply chain management, and response to extended disruptions, such as pandemics. Key procedures include identifying essential personnel, establishing alert systems, and communicating roles and expectations to contractor employees. Services outlined in the plan include the collection of municipal solid waste, landfill tipping fees, and pick-up services for unscheduled items and construction debris, priced per the current contract. The contractor is also responsible for utilizing a Quality Control Plan (QCP) during the execution of these services. The plan remains active until the Contracting Officer directs its cessation, ensuring a structured response to emergencies while supporting the operations of the 90th Missile Wing at the base.
    The document outlines the request for proposal (RFP) for Integrated Solid Waste Management services at F. E. Warren Air Force Base. It details non-personal services, including collection of municipal solid waste and food waste, landfill tipping fees, and various pickup options for unscheduled items and construction debris. The proposal indicates multiple items under different contract line item numbers (CLINs), with quantities and types of waste receptacles specified, such as 8 Cu. Yd. Dumpsters and 15 Cu. Yd. Roll-offs. Each service mentioned is categorized by its service period and type, covering a range of waste management needs. Notably, all prices are listed as $0.00, indicating that the actual costs may be determined later. The RFP's structure emphasizes the importance of procurement for government contracts aimed at maintaining efficient waste management services, reflecting the federal government's commitment to effective environmental practices and compliance at military installations. Overall, the document serves as a formal solicitation to gather proposals from qualified vendors capable of fulfilling these waste management requirements.
    The document outlines a Request for Proposal (RFP) for Integrated Solid Waste Management services at F. E. Warren Air Force Base. It specifies various services required, including municipal solid waste and food waste collection, landfill tipping fees, and the management of unscheduled pickups and special event waste. Items include different sizes of roll-off containers, trash receptacles, and medical refuse dumpsters, detailing the quantities and units needed. Notably, all services are listed with a unit price of $0.00, implying no immediate cost identified or a potentially preliminary estimate. The RFP emphasizes the necessity of providing comprehensive non-personal services, including supervision, personnel, equipment, transportation, and materials to fulfill the waste management requirements. This proposal is designed to ensure efficient waste management in alignment with environmental standards, indicating the government's commitment to sustainable practices in military operations.
    The document outlines a Request for Proposal (RFP) related to Integrated Solid Waste Management services at F. E. Warren AFB. It details a range of services required, including municipal solid waste collection, landfill tipping fees, unscheduled item pickups, and construction debris management. Services are categorized by contract line item numbers (CLIN) with various quantities specified, but all are listed with a unit price of $0.00, indicating the cost may be outlined elsewhere or determined during a bidding process. The main objective is to establish a comprehensive service agreement that provides for all necessary personnel, equipment, and supervision to manage solid waste effectively at the facility. The document focuses on structured service needs during regular operations and special events, emphasizing the importance of non-personal services. This RFP reflects government efforts to enhance waste management processes while adhering to budget constraints and operational efficiency. Overall, this RFP is a crucial part of federal procurement practices aimed at securing efficient and compliant waste management services for government facilities.
    The document outlines the Request for Proposals (RFP) for Integrated Solid Waste Management Services by the government, detailing qualifications, bid evaluation criteria, and operational specifics. Contractors must possess a Commercial Driver’s License for vehicles governed by the Performance Work Statement (PWS) dated April 2, 2025. Evaluations will consider price, technical aspects, and past performance equally, with a focus on a total evaluated price calculated across the service period and options. Contractors are responsible for their service proposals and must follow guidelines regarding waste handling and disposal. The contractor may independently select waste disposal sites, but costs are covered by the government with reimbursement procedures in place. A substantial emphasis is placed on technical acceptability, requiring submissions such as safety and quality control plans. The RFP notes that bulk items and specific waste types are not within contractor responsibilities, and that all trash receptacle specifications maintain a standardized color for aesthetic consistency within the base. The anticipated timeline for proposal evaluations runs until early August 2025, with services expecting to commence by September 1, 2025.
    The document is a government solicitation for services related to integrated solid waste management (ISWM) at F.E. Warren Air Force Base (AFB). It invites women-owned small businesses to submit proposals for the collection and disposal of municipal solid waste and food waste, including various types of unscheduled pickups and landfill tipping fees. The contract total value is $47 million, covering a base period of five months and multiple option line items extending up to five years. The contractor is responsible for providing personnel, equipment, and compliance with relevant local, state, and federal regulations, as specified in the Performance Work Statement (PWS). Key contact information for contract administration and queries is provided, alongside detailed requirements for inspection and acceptance of delivered services. This solicitation emphasizes promoting opportunities for disadvantaged businesses and outlines methodical processes for bid submission, delivery schedules, and necessary documentation for invoicing. Overall, it reflects the government’s commitment to fostering small business participation in federal contracts while ensuring operational efficiency and regulatory compliance in waste management services.
    The document is a solicitation for a contract focused on integrated solid waste management (ISWM) services at F.E. Warren Air Force Base. Specifically, it outlines the requirements for municipal solid waste and food waste collection, landfill tipping fees, and unscheduled waste pick-up services. The total contract value is approximately $47 million, with a performance period from September 1, 2025, to January 31, 2026, and options extending to 2030 for various service components. The contractor is responsible for providing personnel, equipment, and materials while meeting local, state, and federal regulations. The contract emphasizes compliance with safety and quality standards as per the Performance Work Statement. Contact information for the contracting officer, Megan Evans, is provided for inquiries. The solicitation supports the federal government's mandate to engage women-owned small businesses (WOSB) and other designated groups, highlighting its commitment to promoting diversity in federal contracting. Key details include the pricing structure as firm-fixed-price and specific requirements for various service categories, ensuring clarity in deliverables and performance expectations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Western Regional HW Incineration
    Dept Of Defense
    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.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Notice of Intent- JBSA MSWM Refuse
    Dept Of Defense
    The Department of Defense, through the 502d Contracting Squadron, intends to issue a sole-source contract for Municipal Solid Waste Management Services at Joint Base San Antonio (JBSA) installations, specifically to Perry Management Corporation of South Dakota LLC. The contract will encompass the provision of personnel, equipment, and services necessary for base-wide municipal solid waste collection and disposal, including asbestos disposal at JBSA Lackland, and will cover additional locations such as Randolph, Fort Sam Houston, Camp Bullis, Canyon Lake military recreational areas, and Seguin Airfield, all in compliance with applicable laws and regulations. The anticipated period of performance for this contract is from February 1, 2026, to March 31, 2026, with interested parties encouraged to submit their capabilities by December 22, 2026, to assess the feasibility of competitive procurement. For inquiries, contact Norena Phillips at norena.phillips@us.af.mil.
    FA461325Q0023 Replacement Office Furniture B327/328
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.