Refuse Service
ID: W50S7T_25_R_A010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY ILANG 182PEORIA, IL, 61607-5004, 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 Department of the Army, is seeking proposals for refuse collection and recycling services at the 182nd Airlift Wing in Peoria, Illinois. The procurement involves providing comprehensive waste management services, including regular refuse and recycling collection, rental of construction dumpsters, and adherence to strict performance standards as outlined in the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP). This contract, valued at approximately $47 million, is a total small business set-aside, with a base period of performance from September 1, 2025, to August 31, 2026, and options for four additional years. Interested vendors must submit their proposals electronically by August 18, 2025, and direct any inquiries to the primary contacts, 1st Lt Nicholas Marzinzik and SMSgt Benjamin B. Yeutson, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for submittals related to a federal contract for Solid Waste Refuse and Recycled Material Containers Service. It presents a structured schedule for material submittals, including necessary documentation such as certifications of compliance, shop drawings, samples, color selections, manufacturer's recommendations and warranties, catalog data, and operating instructions. Each item lists the corresponding line number, project title, work order number, contracting details, and approval status. The requirement specifies that three copies of all submissions are necessary for the review process. This schedule is indicative of compliance and quality assurance measures in government contracting, ensuring that all materials meet specified standards before approval for procurement and project execution. The document emphasizes a well-organized process aimed at maintaining high standards in the management of solid waste and recycling services through clear documentation and compliance verification.
    This Performance Work Statement (PWS) outlines the requirements for a contractor to provide solid waste refuse and recycled material container services at a government facility. The contractor must supply all necessary personnel, equipment, and materials to manage fourteen refuse dumpsters, one construction dumpster, and eleven recycling dumpsters, ensuring regular emptying according to a specified schedule. The contract spans one base year, with four optional renewal years, and mandates operations during designated hours on weekdays, excluding federal holidays. Compliance with security, quality assurance, and physical protection protocols is crucial, with specific measures regarding employee identification and background checks. Contractors must adhere to laws governing waste management and report labor hours annually for accountability. The contract emphasizes the importance of maintaining dumpster aesthetics, cleanliness, and environmental compliance, along with the critical responsibility of safeguarding personally identifiable information (PII) during service provision. The comprehensive guidelines reflect the government's objective to ensure efficient, compliant, and reliable waste management services within regulatory frameworks, highlighting the contractor's role in both operational execution and adherence to safety measures.
    The Quality Assurance Surveillance Plan (QASP) outlines the systematic approach for monitoring the Solid Waste Refuse & Recycled Material Containers Service provided by contractors under the 182d Civil Engineer Squadron. Its primary purpose is to ensure compliance with performance standards as specified in the performance work statement (PWS) and the contractor's quality control plan (QCP). The plan details the roles and responsibilities of key personnel, including the Contracting Officer (CO) and the Contracting Officer's Technical Representative (COTR), who are essential for supervising contract performance and administering quality assurance measures. The QASP defines methodologies for performance monitoring, which include customer feedback, periodic inspections, and acceptable quality levels (AQLs). Performance management is designed to focus on outcomes and services rather than strictly following prescribed processes, allowing contractors to innovate within certain guidelines. Regular performance evaluations will determine if the contractor meets the agreed service levels, and corrective actions may be required if standards are not met. Monthly reports will summarize contractor performance and inform incentive decisions. Ultimately, the QASP establishes a framework for effective communication, assessment, and resolution of performance issues, ensuring that government interests and standards are met throughout the contract lifecycle.
    The Performance Requirements Summary outlines the expectations for a contractor responsible for waste management at a government base. It specifies four primary tasks related to refuse and recycling dumpster services, including weekly refuse removal and biweekly recycling collection, both of which must meet a 100% performance standard. Additionally, the contractor is tasked with on-call construction debris removal and routine maintenance or replacement of dumpsters, also achieving full compliance. The document emphasizes the requirement for accurate weighing of recycled materials on the government scale to quantify waste removal effectively. Performance will be evaluated by the Contracting Officer’s Representative (COR), ensuring that the contractor adheres to the Acceptable Quality Levels (AQL). Overall, this summary serves as a framework for assessing contractor performance in waste management services under government procurement standards, highlighting the critical nature of compliance and efficiency in these operations.
    The document outlines a solicitation for commercial products and services specifically tailored for Women-Owned Small Businesses (WOSB). The primary focus is on refuse collection and paper collection services, with the contract valued at approximately $47 million. The initial period of performance is set from September 1, 2025, to August 31, 2026, with options for up to five consecutive years, including terms for firm fixed pricing. It details service requirements, which comprise standard refuse and recycling collection schedules, and the rental of construction dumpsters. The contract stipulations incorporate various Federal Acquisition Regulation (FAR) clauses to ensure compliance with federal standards, labor laws, and safety regulations. Significant clauses address subcontracting limitations for small businesses and fair labor standards. This solicitation reinforces opportunities for small businesses, particularly women-owned entities, and reflects the government's commitment to fostering economic growth within these sectors while ensuring quality service delivery in compliance with established statutory provisions.
    Lifecycle
    Title
    Type
    Refuse Service
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    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.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.
    S222--New: 5-Year Ordering Period (01/01/2026 - 12/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and its affiliated CBOCs.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year contract to provide regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, Illinois, and its affiliated Community-Based Outpatient Clinics (CBOCs). The contract requires the contractor to perform weekly collections of various types of medical waste from the hospital and monthly collections from six CBOCs, utilizing reusable, leak-proof containers and ensuring compliance with all relevant federal, state, and local regulations regarding waste handling and disposal. This procurement is critical for maintaining health and safety standards in medical waste management, with a minimum guarantee of $1,000 and a ceiling of $1,500,000 over the contract period. Interested parties must submit their offers by December 16, 2025, and a site visit is scheduled for December 3, 2025; for further inquiries, contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov.