The U.S. Embassy in Manila, Philippines, issued Request for Quotations (RFQ) number 19RP3826Q0018 for Garbage Collection and Disposal Services. The Embassy intends to award a contract to the responsible company offering the lowest price. A pre-quotation conference and mandatory site visit are scheduled for January 12, 2026, at 8:00 a.m. Philippine time. Access clearance requests, limited to two representatives per company, must be emailed to ManilaContracting@state.gov by January 5, 2026, at 4:00 p.m. Philippine time. Quotations are due by January 30, 2026, at 4:00 p.m. Philippine time, and must be submitted electronically to the same email address in English, organized into two separate folders (Volume 1 and Volume 2). Submissions must be in MS-Word, MS-Excel, or Adobe Acrobat (pdf) format, with each file not exceeding 10MB. Required documents include SF-1449, Section 1 Pricing, Section 5 Representations and Certifications, additional information from Section 3, and proof of SAM Registration. Offerors must be registered in the System for Award Management (SAM) database at https://www.sam.gov prior to submission, as failure to do so may result in disqualification.
The U.S. Embassy in the Philippines is soliciting proposals for garbage collection and disposal services (RFQ NO. 19RP3826Q0018). The firm-fixed-price contract includes a 12-month base period and four one-year options, plus a six-month extension option. Services include standard garbage collection and hauling of construction debris, with provisions for temporary additional services. Collection points are the Chancery, Seafront, Chief of Mission Residence (CMR), and Deputy Chief of Mission Residence (DCR), with daily collection for the first two and weekly for the residences. The contractor must provide all personnel, vehicles, and equipment, adhering to Philippine waste segregation laws and safety protocols. Key deliverables include collection schedules, recycling lists, monthly waste management reports, a quality control plan, personnel health certifications, a safety plan, and evidence of insurance and permits. The contract emphasizes compliance with various FAR and DOSAR clauses, and payment in USD for U.S. firms and local currency for foreign firms. The government will monitor performance through a Quality Assurance and Surveillance Plan, aiming for no more than one customer complaint per month.