BADL Solid Waste Collection
ID: 140P6325Q0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for solid waste collection and recyclable cardboard disposal services at Badlands National Park in Interior, South Dakota. The contractor will be responsible for on-site supervision, compliance with regulations, maintenance of refuse collection vehicles, and proper waste handling to prevent spills, with a performance period commencing on April 1, 2025, and extending through March 31, 2030, including a base year and four optional renewal years. This procurement is crucial for maintaining cleanliness and environmental compliance within the park, ensuring effective waste management practices are upheld. Interested contractors should submit their quotes electronically, demonstrating technical capability and pricing, and may contact Joan Brzezinski at joan_brzezinski@nps.gov or 605-574-0515 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is initiating a Request for Quotes (RFQ) for solid waste collection services at Badlands National Park in Interior, South Dakota. The project requires contractors to supply the labor, materials, and equipment for the pickup and disposal of waste from twelve dumpsters located throughout the park, with seasonal adjustments based on park visitation. The RFQ includes a base contract period from April 1, 2025, to March 31, 2026, with four additional option years extending to March 31, 2030. This will be a firm-fixed price service contract, and contractors must adhere to the NAICS code 562111 for Solid Waste Collection Services, with a small business size standard of $47 million. The solicitation is set-aside as unrestricted, and eligible offerors must be active in the System for Award Management (SAM). The solicitation package will be available on SAM's website within 30 business days, and no physical or email copies will be provided. Joanie Brzezinski, the Contract Specialist, is the point of contact for queries regarding the solicitation.
    The Statement of Work outlines the requirements for a solid waste and recyclable cardboard disposal project at Badlands National Park, South Dakota, to be executed by a contractor for the National Park Service. Key responsibilities include the provision of on-site supervision and qualified personnel, compliance with all applicable regulations, and the use of approved safety gear. The contractor must maintain refuse collection vehicles, ensure proper refuse handling to prevent spills, and transport waste to licensed off-Park disposal sites. Monthly electronic invoicing is required, detailing dumpster collections. The project specifies the number and locations of dumpsters for seasonal housing, permanent employee housing, and maintenance areas, along with a service schedule detailing frequency from January to December. A Quality Control Plan is mandated to monitor contractor performance against specified standards, with consequences for non-compliance. The contract spans a base year beginning April 1, 2025, with four subsequent ordering periods, emphasizing the importance of maintaining cleanliness and adherence to service standards throughout the project's duration. Overall, the document serves as a comprehensive guide to ensure effective waste management while fostering environmental compliance within the National Park.
    The document concerns the solicitation (Number 140P6325Q0003) for solid waste collection services at Badlands National Park. It outlines the pricing requirements for a fixed-price contract covering a base year and four option years. Contractors are required to submit monthly and yearly rates for various line items, ensuring that all taxes and potential additional tips are included in their pricing. The proposal must reflect competitive annual pricing based on the Statement of Work, which details the seasonal schedules for waste pickup. All submissions should adhere to federal guidelines, specifically referencing the 52-217-8 clause regarding option years. The government will use these rates to determine the contract award, emphasizing the importance of providing a comprehensive and competitive proposal for the entire duration of the contract.
    This document outlines the experience questionnaire for contractors submitting proposals for federal government projects. It captures essential information regarding a contractor's business profile, years of experience in relevant fields, and project history. Contractors are required to detail completed projects from the last three years, current contract commitments, and any past failures in completing work or bond-related issues. Sections regarding the organization's capability include employee numbers, payroll status, and available equipment. The questionnaire also solicits details on the qualifications of key personnel involved in the project. Additionally, financial responsibility must be confirmed, either through direct disclosure or a letter from a financial institution. A certification clause ensures that all statements made are accurate and that the contractor intends to fulfill the project as specified. This structured approach facilitates the evaluation of contractor qualifications in response to RFPs (Requests for Proposals) and grants at various government levels, ensuring transparency and accountability in the procurement process.
    The document appears to be a corrupted or poorly encoded file, making it challenging to extract coherent content. However, it suggests that it may have originally contained information related to federal government RFPs (Requests for Proposals), federal grants, or state and local RFPs. The intended purpose of such documents typically revolves around soliciting proposals for specific projects or allocating grant funds for public initiatives. Based on typical government RFP structures, we can outline that key components might include details regarding funding opportunities, the qualifications needed from applicants, project objectives, and guidelines for submission. The essence of the document would focus on outlining expectations and responsibilities for entities seeking government support. Overall, the file’s main topic should relate to the procurement process for federal grants or RFPs, aiming to inform interested parties about opportunities for funding or project collaboration. Given the encoding issues, full comprehension of the specifics is hampered, but the anticipated context suggests a focus on facilitating governmental projects through structured proposals.
    The provided file contains a corrupted or unintelligible data string, making it challenging to derive coherent information regarding its topic or purpose. However, it appears to pertain to government-related topics, possibly involving Requests for Proposals (RFPs) or grants at the federal, state, or local level. The document may outline funding opportunities, requirements for project proposals, or criteria for grant applications. The structure of the document is not discernible due to its poor formatting and lack of measurable text in a readable format. Despite the obstacles presented by the corrupted data, the overarching goal of government RFPs and grants typically involves soliciting proposals for services, funding projects that exhibit community or national benefit, or ensuring compliance with regulations before awarding funds. This included the need for projects to align with governmental standards and fulfill specific public needs while aiming for transparency and accountability. To effectively proceed, it would be recommended to obtain a clear version of the document to extract and summarize more pertinent and accurate details.
    The document outlines a Request for Quote (RFQ) for solid waste collection and recyclable cardboard collection services at Badlands National Park in Interior, South Dakota. The contract is structured as a firm-fixed price commercial services agreement, with a performance period starting from April 1, 2025, to March 31, 2030, including a base year and four optional renewal years. Offerors are invited to submit their quotes electronically, including necessary documentation, and must demonstrate technical capability and pricing. Additionally, it incorporates various Federal Acquisition Regulation (FAR) clauses, emphasizing compliance with labor standards and environmental responsibilities. Specific instructions for submission, evaluation criteria, and contractor performance assessments are detailed, ensuring transparency and accountability throughout the procurement process. A site visit is encouraged, and inquiries must be submitted in writing before the quote closing date. The document represents a systematic approach to securing essential waste management services for a federal agency, highlighting compliance, environmental stewardship, and support for small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fort Randall Refuse Collection Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking a contractor to provide refuse collection services for the Fort Randall Project located in Pickstown, South Dakota. The contractor will be responsible for supplying all necessary labor, supervision, equipment, and transportation to ensure comprehensive dumpster services, including the maintenance and emptying of two dumpsters on a weekly basis, while adhering to local, state, and federal disposal regulations. This contract is crucial for maintaining operational efficiency and cleanliness at the Corps of Engineers' facilities, with a performance period starting April 1, 2025, and extending through one base year and four optional years. Interested parties should direct inquiries to Greg Nielsen at Greg.J.Nielsen@usace.army.mil and ensure they are registered in the SAM database to access solicitation documents, with the anticipated solicitation release date around February 11, 2025.
    WASTE AND RECYCLE DISPOSAL - LAKE CLARK NATIONAL P
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking proposals for waste and recyclable removal services at Lake Clark National Park and Preserve in Alaska. The procurement aims to establish a Blanket Purchase Agreement (BPA) for a four-year period, from June 1, 2025, to May 31, 2029, focusing on the transportation and disposal of various waste materials, including recyclables and hazardous waste, while ensuring compliance with government regulations. This initiative is crucial for maintaining effective waste management practices in a sensitive ecological area, with a total estimated contract value capped at $250,000. Interested small businesses must submit their proposals by the specified deadline, and for further inquiries, they can contact Janet Milson at janetmilson@nps.gov or call 907-201-2581.
    S--EC-Estes Trash Service requirement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for solid waste collection services under the solicitation RFQ 140R6025Q0008, specifically for the Estes Powerplant in Estes Park, Colorado. The contract requires comprehensive waste management services, including weekly trash dumpster emptying, monthly recycling dumpster services, and quarterly roll-off dumpster management, with an emphasis on improving recycling practices and compliance with sustainability standards. This initiative is crucial for effective waste management and environmental stewardship at federal facilities. Interested vendors must submit their quotations electronically by 2:00 PM Mountain Daylight Time on February 21, 2025, and can direct inquiries to Ana Fife at afife@usbr.gov.
    Solid Waste Collection
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for solid waste collection services through a Request for Proposal (RFP) issued by the Indian Education Acquisition Office. The contract requires the contractor to provide five solid waste bins and one recycling bin at designated locations, with collection services scheduled for every Tuesday and Thursday, while ensuring compliance with all relevant federal, state, and local waste disposal regulations. This procurement is crucial for maintaining effective solid waste management practices within the Bureau's facilities, and the contract has a base performance period from March 1, 2025, to February 28, 2026, with the potential for four option years based on government needs and funding. Interested parties should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details regarding the proposal submission process.
    Black HIlls NPS BPA
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the supply and delivery of propane to various national parks and monuments in South Dakota, including Wind Cave National Park and Mount Rushmore National Memorial. The contract, which spans five years with an estimated ceiling amount of $300,000, requires contractors to provide propane delivery services, including immediate and deferred orders, with specific compliance to delivery timelines and invoicing formats. This procurement is vital for maintaining operational efficiency across national parks, ensuring they have the necessary fuel for various functions. Interested contractors should contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510 for further details, and must submit their quotations, including an Experience Questionnaire and Price Schedule, by the specified deadline.
    Z--WICA Road 404 and 405 Gravel Resurfacing
    Buyer not available
    The National Park Service (NPS) is seeking contractors for the gravel resurfacing of Roads 404 and 405 at Wind Cave National Park in Hot Springs, South Dakota. The project aims to resurface approximately 3.4 miles of road, which includes realignment, installation of stormwater culverts, and low water crossings, with an anticipated start date in June/July 2025 and a duration of 180 days. This opportunity is crucial for maintaining the infrastructure of the national park, ensuring safe access for visitors and protecting the environment. Interested small businesses must submit their capability statements and relevant firm details by February 27, 2025, to Joan Brzezinski at joanbrzezinski@nps.gov, with an estimated construction cost ranging between $1 million and $5 million.
    Trash Disposal Service 70B03C25Q00000117 (20147595)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified small businesses to provide trash disposal services for the El Cajon Border Patrol Station and the Special Operations Detachment in California. The procurement requires comprehensive waste management services, including scheduled trash collection, recycling, sanitation of containers, and compliance with federal and state waste disposal regulations, all adhering to a defined frequency schedule. This contract is crucial for maintaining operational efficiency and environmental compliance within federal facilities, with a contract period starting from April 1, 2025, to March 31, 2026, and options for extensions. Interested contractors must submit their proposals electronically by 10:00 a.m. PST on February 21, 2025, and can contact Chris Patao at CHRISTOPHER.PATAO@cbp.dhs.gov for further information.
    S--FI and ECAO Trash / Recycle Services
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for trash and recycling services at the Flatiron Powerplant, Eastern Colorado Area Office (ECAO), and Warehouse located in Loveland, Colorado. The procurement involves the removal of garbage and recycling, including the rental of multiple dumpsters at specified locations, with weekly service occurrences anticipated from October 1, 2025, to September 30, 2026, and options for four additional years. This initiative is crucial for maintaining cleanliness and environmental standards at the facilities, and it aims to assess market capacity for future solicitations, potentially resulting in a set-aside for small businesses. Interested small businesses must submit their capability statements and relevant certifications by February 27, 2025, at 2:00 PM MST, via email to the primary contact, Monte Baird, at MBaird@usbr.gov.
    B--MORU Rock Block Studies
    Buyer not available
    The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.