Fort Randall Refuse Collection Services
ID: W9128F25QA013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for refuse collection services at the Fort Randall Project located in Pickstown, South Dakota. The contract requires the contractor to provide all necessary personnel, equipment, and services for waste management, including the provision and maintenance of dumpsters, with a focus on cleanliness and compliance with safety protocols. This service is critical for maintaining operational standards and environmental management at the facility, with a total contract duration of five years, including one base year and four optional renewal years, and an estimated total award amount of $47 million. Interested contractors must submit their proposals by April 9, 2025, at 2:00 PM, and can direct inquiries to Greg J. Nielsen or Daniel D. Monahan via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 10:04 PM UTC
The U.S. Army Corps of Engineers requires dumpster services for the Fort Randall Project/Lake Francis Case. This contract involves providing all necessary labor, supervision, equipment, and transportation for waste collection and disposal across various locations operated by the Corps, ensuring cleanliness and usability for visitors. The agreement spans one base year (2025-2026) with four optional renewal years. Key responsibilities include providing two dumpsters, ensuring they remain clean and in good condition, emptying them weekly, and collecting surrounding refuse. Contractors must adhere to stringent safety and security protocols, including personnel vetting and training as per Department of Defense regulations. The services will be evaluated against performance standards, and contractor compliance with federal holidays, operational hours, and general safety requirements is mandated. The document also outlines government-furnished property and contractor obligations, ensuring proper waste disposal at approved sites. This RFP emphasizes the significance of maintaining standards for environmental management and safety, reflecting broader governmental priorities in service contracting.
Mar 27, 2025, 10:04 PM UTC
The document outlines performance requirements for a contractor providing dumpster services as part of a government contract. The key performance objectives stipulate that all dumpsters must be emptied weekly and maintained in good condition to ensure cleanliness and odor control. The minimum acceptable service levels indicate a zero tolerance for deviation from these standards, highlighting the critical importance of dependable refuse removal and dumpster upkeep to the mission's success. Surveillance of performance will be conducted periodically to ensure compliance with these requirements. Overall, the document emphasizes the necessity for reliable waste management services in government operations, ensuring both efficiency and adherence to health and environmental standards.
Mar 27, 2025, 10:04 PM UTC
The document outlines the deliverables schedule for a project under the U.S. Army Corps of Engineers, specifically related to the Fort Randall Project. It details two main deliverables: quarterly invoices and monthly time sheets for contractor hours linked to safety exposure. Each quarterly invoice requires one signed hard copy to be submitted to the identified agency address in Pickstown, South Dakota. Monthly time sheets for contractor hours follow the same submission requirements, ensuring a consistent reporting format. This structured schedule emphasizes transparency and accountability in project financials and safety monitoring, aligning with standard practices in federal RFPs and grants management.
Mar 27, 2025, 10:04 PM UTC
The document presents estimated workload data based on historical contractor time records for safety exposure reporting at specific facilities. It outlines the responsibilities related to waste management, detailing two primary maintenance locations: the Fort Randall Outside Maintenance Facility and the Fort Randall Powerhouse Facility. Each facility requires the placement of one dumpster, with an estimated workload of two hours per month dedicated to maintenance and management for both sites. This data serves as a critical component in informing the government's planning and budgeting for ongoing operations, showcasing the importance of safety and compliance in managing facility maintenance tasks. The information is likely intended to guide federal RFP submissions and grant applications associated with facility management and maintenance contracts.
Mar 27, 2025, 10:04 PM UTC
The document comprises site location maps, which are crucial for visualizing and understanding different areas related to federal RFPs, grants, and state/local procurement opportunities. These maps serve to delineate project sites, highlighting geographic context and accessibility. They include critical information such as property boundaries, nearby infrastructure, and zones relevant for potential bidders. By providing a clear geographical representation, these maps enhance the transparency and comprehension of project specifications for contractors and stakeholders. The inclusion of site maps is vital for ensuring that all participants are informed about the spatial aspects of the proposed projects, ultimately facilitating effective planning and execution. The document underscores the importance of accurate geographic information in the proposal process, aligning with federal and state guidelines for project assessments.
Mar 27, 2025, 10:04 PM UTC
The document outlines the instructions for offerors submitting proposals for a government contract. Offerors are required to provide essential information, including company name, address, CAGE code, and unique entity identifier (UEI). Proposals must be submitted to the designated purchasing agent by the specified deadline, containing technical details and past performance assessments per FAR 52.212-2. Acknowledgment of any solicitation amendments is necessary, along with a pricing schedule for specified contract line items. Additionally, the offeror must maintain firm prices for 90 days post-deadline and direct inquiries to the purchasing agent in writing at least seven days before the due date. Insurance requirements are specified, mandating minimum coverage for various liabilities including worker's compensation, general liability, and automobile liability, varying by activity involved. Importantly, contractors must account for state and local taxes in their quotes, adhering to specific tax regulations in South Dakota. The U.S. Army Corps of Engineers is exempt from these taxes but contractors are not. This document facilitates the competitive procurement process while ensuring compliance with necessary regulations and insurance guidelines.
The document comprises a Wage Determination under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage requirements for federal contractors in South Dakota. It outlines two specific Executive Orders: EO 14026 mandates a minimum wage of $17.75 per hour for contracts initiated or renewed after January 30, 2022, while EO 13658 applies to contracts awarded between January 1, 2015, and January 29, 2022, requiring at least $13.30 per hour. Different occupations and their respective wage rates are categorized, ranging from administrative support to technical and health occupations, with annotations on fringe benefits. The document mandates compliance with additional worker protections, including paid sick leave for contracts awarded post-January 1, 2017. Employers must provide relevant benefits, including health and welfare, vacation, and holidays. It highlights the conformance process for unlisted job classifications, emphasizing the importance of adhering to established wage rates. This wage determination serves to ensure fair compensation for workers and compliance with federal contracting requirements, contributing to broader labor standards in government procurement practices.
Mar 27, 2025, 10:04 PM UTC
The provided document outlines a price schedule for waste management services at Fort Randall, structured across multiple schedules covering several years. The base period runs from May 1, 2025, to April 30, 2026, followed by option years extending to April 30, 2030. Each schedule details the costs associated with servicing two types of dumpsters (2-yard and 8-yard) at specified locations, with services conducted weekly on Mondays. Each schedule includes item numbers, cost per dumpster, and total costs based on a 52-week service period. The document emphasizes a structured approach to pricing and service delivery, reflecting typical government procurement practices. It is designed for potential vendors to submit competitive bids under federal or local RFP frameworks, ensuring transparency and accountability in governmental fiscal management.
Mar 27, 2025, 10:04 PM UTC
The document outlines the solicitation for a commercial contract under the Women-Owned Small Business (WOSB) program, specifically focusing on refuse collection services for the Fort Randall Project. It includes the solicitation details such as requisition number, award date, and contact information, emphasizing that offers from contractors are due by April 9, 2025, at 2:00 PM. The scope involves providing refuse collection services, with multiple line items detailing the quantity, pricing, and period of performance for each service, extending up to 2030. The contract's total award amount is estimated at $47 million. It mandates contractor compliance with various federal acquisition regulations, emphasizing the importance of experience and past performance evaluations in addition to price. Specific inspection and acceptance criteria are noted, with primary contact details for oversight. Overall, this solicitation underscores the federal government's commitment to promoting small business engagements, particularly focusing on women-owned enterprises, while ensuring adherence to government standards and efficiency in service delivery throughout the contract's duration.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple locations in Michigan under the solicitation titled "Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030." This procurement involves a non-personal services contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, supervision, and other items to fulfill the service requirements as outlined in the Performance Work Statement. The contract period is set to commence on July 1, 2025, and will run until June 30, 2026, with the possibility of four additional twelve-month option periods and a six-month extension for services. Interested parties can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 502-898-7484 for further details.
Solid Waste (refuse) Removal
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified vendors to provide solid waste removal services for the Beaver Lake Project office and associated facilities in Arkansas. This procurement, identified by solicitation number W9127S25Q0026, is a total small business set-aside under NAICS Code 562111, focusing on refuse collection services from the date of award through December 31, 2029. The selected contractor will be responsible for waste management at key locations, including the Beaver Project Office and Beaver Powerhouse, ensuring compliance with federal regulations while supporting the government's commitment to engaging small businesses. Interested vendors must submit their quotes by May 14, 2025, and can contact John Kattengell at john.r.kattengell@usace.army.mil or 501-340-1260 for further information.
Refuse and Recycling Services for Multiple Sites in Missouri
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple sites in Missouri. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. These services are crucial for maintaining cleanliness and environmental standards at military facilities, with the contract period set from July 1, 2025, to June 30, 2026, and options for four additional twelve-month periods and a six-month extension. Interested parties can contact Kayla Christian at kayla.j.christian.civ@army.mil or by phone at 520-706-1227 for further details.
Refuse and Recycling Services for IL177 (Multi-Site)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide refuse and recycling services for IL177 across three locations in Illinois. This procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and compliance with applicable laws and regulations, as outlined in the attached Performance Work Statement (PWS). The services are critical for maintaining cleanliness and environmental standards at military facilities, with the contract period set from June 3, 2025, to May 31, 2026, and options for four additional twelve-month periods, plus a six-month extension. Interested parties can contact Laurie Lago at laurie.e.lago.civ@army.mil or (520) 706-0975 for further details.
MBRTB-Yampa Ranger District- Trash Collection Services
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for trash collection services at the Yampa Ranger District within the Medicine Bow-Routt National Forest in Colorado. The contract, which is a single award, firm-fixed price agreement, requires the contractor to provide dumpsters, perform trash collection from designated campgrounds, and adhere to safety and environmental standards, including the use of bear-resistant dumpsters. This initiative is crucial for maintaining cleanliness and ecological integrity in public spaces, particularly in camping areas, and supports community engagement in responsible waste disposal practices. Interested contractors must submit their quotes, including a technical proposal, by following the guidelines outlined in the Request for Quotes documents, with the contract expected to commence on June 1, 2025, and run for a base year with four optional renewal years. For further inquiries, potential bidders can contact Curtis Landreth at curtis.r.landreth@usda.gov.
Refuse Services - Fairview PA209
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey (ACC-NJ), is seeking proposals from qualified small businesses for refuse services at the Fairview USARC located at 7001 Klier Drive, Fairview, PA 16415. The primary objective of this procurement is to ensure a clean and environmentally safe workplace by providing refuse collection services in accordance with the Performance Work Statement. These services are crucial for maintaining a hygienic environment free of debris and pests, thereby supporting the operational readiness of the facility. Interested vendors should contact Michael Hull at michael.j.hull40.civ@army.mil or 609-562-3133, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details, as this opportunity is set aside for small businesses under FAR 19.5.
Gray Water Removal Services - Fort Irwin, CA
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Gray Water Removal Services at Fort Irwin, California, under a total small business set-aside contract. The contractor will be responsible for the collection, storage, and removal of gray water, utilizing specific hard plastic containers with a capacity to manage up to 63,000 gallons of gray water daily during the contract period from May 27 to June 17, 2025. This procurement is crucial for maintaining environmental compliance during military training exercises, ensuring that waste management practices meet federal standards. Interested parties should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254, with a total contract value of $9,000,000 and compliance with various performance and security requirements outlined in the solicitation documents.
Solid Waste Management
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground (USAYPG) in Arizona, is seeking quotes for solid waste management services under a total small business set-aside contract. The contractor will be responsible for providing comprehensive solid waste removal, including the provision of dumpsters and roll-off receptacles, in accordance with the Performance Work Statement (PWS) and associated technical exhibits. This procurement is critical for maintaining environmental sustainability and operational readiness at the facility, ensuring compliance with federal, state, and local regulations. Interested parties must submit their quotations by May 13, 2025, with all inquiries directed to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
San Antonio HW Removal and Disposal
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the removal, transportation, and disposal of hazardous waste from military installations in the San Antonio area. The contract encompasses a range of hazardous materials, including RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, with a focus on compliance with environmental regulations and safety protocols. This procurement is critical for maintaining environmental standards and ensuring safe waste management practices within military operations. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Ronald Hobbs at Ronald.Hobbs@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
4235--Regulated Medical Waste Disposal FARGO VA HCS POP BASE: 07/01/2025 - 06/30/2026
Buyer not available
The Department of Veterans Affairs is soliciting proposals for regulated medical waste disposal services for the Fargo VA Health Care System, with a contract period from July 1, 2025, to June 30, 2026. The procurement aims to ensure the safe collection, transportation, treatment, and disposal of regulated medical waste, including infectious and trace chemotherapy waste, with an estimated total weight of 66,100 pounds per year. This initiative is crucial for maintaining health and safety standards within veteran care facilities, emphasizing compliance with federal, state, and local regulations regarding hazardous waste management. Interested contractors must submit their quotes by 10:00 AM CST on April 25, 2025, to the designated contracting officer, Alberta Mickells, at Alberta.Mickells@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.