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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    RTI 13M Schoolhouse Meals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals for scheduled training at the Regional Training Institute in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This service is crucial for supporting the training operations at the institute, and the contract will be awarded as a Firm Fixed Price under a Total Small Business Set-Aside. Interested vendors must submit their quotes via email by January 7th, 2026, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.