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 services for the collection and management of municipal solid waste, ensuring compliance with local, state, and federal regulations. This procurement is particularly significant as it supports the operational efficiency of the base while promoting opportunities for Women-Owned Small Businesses (WOSB) under the SBA Certified program. Proposals are due by 11:00 am MT on April 10, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The total contract value is estimated at $47 million, covering a base period of five months with options extending up to five years, contingent upon the availability of federal funds.

    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.
    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 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 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
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    Joint Base San Antonio (JBSA) Municipal Solid Waste Management (MSWM) Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Municipal Solid Waste Management (MSWM) Services at Joint Base San Antonio (JBSA) in Texas. The procurement aims to secure comprehensive waste collection and disposal services, including the management of municipal, food, green waste, and asbestos, with an estimated contract value of $47 million spanning from August 2025 to June 2029. This initiative is crucial for maintaining environmental compliance and operational efficiency across military installations, supporting sustainable waste disposal practices. Interested small businesses are encouraged to participate, and inquiries can be directed to Bismark Badu at 210-671-1727, with proposals due by the specified deadlines.
    FA4613 - B34 2nd/3rd Floor Carpet
    Buyer not available
    The Department of Defense, through the 90th Contracting Squadron at F.E. Warren Air Force Base in Wyoming, is soliciting bids for the procurement and installation of flooring materials, specifically carpet tiles, composite carpet planks, and vinyl wall base, for the 2nd and 3rd floors of Building 34. The contractor will be responsible for the demolition and disposal of existing flooring, as well as the installation of approximately 14,257 square feet of carpet, 4,872 square feet of planks, and 4,225 linear feet of wall base, adhering to specified environmental and historical preservation standards. This project is crucial for modernizing the work environment while ensuring compliance with safety and sustainability regulations. Interested small businesses must submit quotes by March 27, 2025, and can direct inquiries to SSgt Tiffany Turgeon at tiffany.turgeon@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, with an estimated contract value of $19 million.
    Oil Water Separators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Oil and Water Separator (OWS) services at Peterson Space Force Base and Cheyenne Mountain Space Force Station in Colorado. The procurement includes inspection, cleaning, and removal of contents from OWS, sand sediments, grease traps, and septic tanks, with a focus on compliance with federal, state, and local environmental regulations. These services are critical for maintaining environmental integrity and operational readiness at the bases. Interested small businesses must submit their quotations by March 21, 2025, and are encouraged to attend a site visit scheduled for March 18, 2025. For further inquiries, potential bidders can contact Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project involves the construction of a 30,300 square-foot facility designed to enhance vehicle maintenance and aircraft support capabilities, with a budget estimated between $10 million and $25 million. The procurement is set aside for small businesses, emphasizing the importance of compliance with federal regulations, including adherence to Davis Bacon Prevailing Wages and environmental standards. Interested contractors must submit their proposals by March 18, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or Kristopher K. Kahle at kristopher.kahle@us.af.mil for further information.
    *UPDATED* 20th Air Force Information Technology Support
    Buyer not available
    The Department of Defense, through the 90th Contracting Squadron, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Information Technology Support services for the 20th Air Force at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing comprehensive IT services, including system administration, network management, video teleconference support, and cybersecurity measures, in alignment with the Performance Work Statement (PWS). This procurement is critical for maintaining operational readiness and supporting command, control, communications, computers, and intelligence (C4I) systems essential for military operations. Interested vendors must submit their quotes by March 25, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential offerors can contact 1st Lt Kamary Williams at kamary.williams@us.af.mil or Donna Doss at donna.doss.1@us.af.mil.
    Recycling Containers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of recycling containers through a Blanket Purchase Agreement (BPA) at Wright-Patterson Air Force Base in Ohio. The contract aims to supply various sizes of recycling containers, including 8 cubic yard and 30 cubic yard options, to replace existing units that have reached the end of their lifespan. This initiative supports the Air Force's commitment to sustainability and effective waste management practices. Interested small businesses must submit their proposals by April 3, 2025, at 10:00 AM Eastern Time, with a total master dollar limit of $499,000 for the BPA. For further inquiries, potential bidders can contact Amanda Cafarella at amanda.cafarella@us.af.mil or Edward A. Huchison at edward.huchison@us.af.mil.
    Creech AFB & Nevada Test and Training Range Propane IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to provide propane services at Creech Air Force Base (AFB) and the Nevada Test and Training Range (NTTR). The contractor will be responsible for delivering approximately 350,000 gallons of propane to Creech AFB and 11,500 gallons to NTTR, ensuring continuous operation of heating and hot water systems, with urgent delivery capabilities within 24 hours. This procurement is crucial for maintaining operational readiness at military installations, and it is set aside for small businesses, specifically targeting Women-Owned Small Businesses (WOSB). Interested contractors must submit their quotes by the specified deadline, with questions due by March 21, 2025, directed to TSgt Kaitlin C Hassman at kaitlin.hassman@us.af.mil or by phone at 702-404-2338.
    Robins North- Facility Maintenance Support, Grounds Maintenance, Pest Control, Dumpster Services, and Boiler Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) for facility maintenance support services at the Robins North Complex in Macon, Georgia. The contractor will be responsible for providing comprehensive services including grounds maintenance, pest control, dumpster services, and boiler maintenance, ensuring that all systems are operational for the Commodities Maintenance Group at Robins Air Force Base. This procurement is critical for maintaining the functionality and safety of military facilities, with an estimated contract value of $47 million and a performance period from June 24, 2025, to June 23, 2030. Interested parties should contact Andrea Cervantes or Phillip Richardson via email for further inquiries and are encouraged to attend a site visit on March 20, 2025, to better understand the project requirements.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking information from qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This initiative aims to replace the aging Minuteman III infrastructure launch facilities, with the project anticipated to encompass military construction across five states and involve the construction of 450 new launch facilities over a vast area of 40,000 square miles. The estimated construction magnitude exceeds $500 million, with a total project value projected between $5 billion and $10 billion, and responses to the Sources Sought Notice are due by 2:00 PM MDT on March 20, 2025. Interested contractors are encouraged to submit capability statements and can contact Jeremy Grimley or Peggy Japngie Lizotte for further information.