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
    Loading similar opportunities...