S--Recycling Services for Yellowstone National Park
ID: 140P1425Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, 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 Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 3:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking proposals for recycling services at Yellowstone National Park, with a contract period starting from June 15, 2025, to June 14, 2026, and options for extensions through June 14, 2030. The contractor will be responsible for monitoring, collecting, transporting, and disposing of recyclables across approximately fifty designated sites within the park, which serves over four million visitors annually. This initiative is crucial for enhancing the park's recycling efforts and ensuring compliance with environmental standards while managing waste effectively. Interested small businesses must submit their proposals, including a detailed project narrative and past performance examples, by the specified deadline, and can direct inquiries to Colton Nelson at colton_nelson@nps.gov or by phone at 720-390-0199.

Point(s) of Contact
Files
Title
Posted
Yellowstone National Park (YNP) is soliciting proposals for recycling services across fifty designated sites, including developed areas, picnic locations, and campgrounds, to service over four million visitors annually. The contractor will oversee the monitoring, collection, transportation, and disposal of various recyclable materials: aluminum, steel, glass, plastics, cardboard, paper, and one-pound propane cylinders. The contract emphasizes compliance with safety regulations, bear-proofing measures, and minimizing impacts on wildlife. Flexibility is required due to seasonal operational changes reliant on weather and visitor traffic. Key responsibilities include maintaining cleanliness, submitting timely reports, and ensuring that recycling bins are emptied before reaching ¾ full. The contractor is also required to handle weight verification and regulatory permits associated with off-park disposal. Performance will be evaluated based on customer feedback, quality assurance measures, and adherence to outlined operational standards. The aim of this RFP is to enhance YNP’s recycling efforts, ensuring environmental compliance and efficient service delivery within the park’s unique ecological context.
The document outlines various locations and facilities within Yellowstone National Park managed by the National Park Service under the U.S. Department of the Interior. It highlights a wide range of campgrounds, picnic areas, and government sites, such as visitor centers, ranger stations, and service areas, spread across the park, which encompasses part of Wyoming, Montana, and Idaho. The emphasis is on the infrastructure available for visitors, including vault toilets, recycling locations, and various recreational sites. Additionally, the document includes a map overview indicating primary and secondary roads, major lakes, and mileage markers. This information could be relevant for federal grants, RFPs, and logistical planning related to park services, visitor accessibility, and environmental management, showcasing the park’s resources for recreational and research purposes.
The Quality Assurance Surveillance Plan (QASP) for the Recycling Services contract at Yellowstone National Park outlines a systematic evaluation method for contractor performance. It specifies monitored aspects, monitoring methods, personnel involved in oversight, and documentation of outcomes. The plan emphasizes government impartiality and fair contractor treatment while recognizing potential unforeseen circumstances. Key personnel include the Contracting Officer (CO), responsible for contract compliance, and the Contracting Officer's Representative (COR), who manages technical contract administration and monitoring. Performance standards are outlined through a matrix detailing service expectations and acceptable quality levels, with specific tasks related to container management, litter maintenance, equipment condition, and reporting obligations. Evaluation ratings (Exceptional, Satisfactory, Unsatisfactory) are established to determine contractor performance, influencing payment and requiring corrective action plans for performance failures. Various monitoring methods such as direct observation, user surveys, and inspections ensure compliance with standards. The QASP is a living document subject to updates, ensuring its relevance for ongoing contract management. Overall, the QASP serves to ensure effective service delivery within the framework of federal contracting procedures.
Apr 24, 2025, 8:08 PM UTC
This document outlines the specifications and rental structures for various dumpster sizes utilized within designated locations for waste management related to government facilities, particularly National Park Service (NPS) sites. It details the types and quantities of dumpsters, including 0.5 Yard Steel Mesh Containers and 32-gallon garbage cans, owned by the NPS. The locations are categorized by rental duration, with some listed for full-year rentals and others for seasonal use spanning several months. The summary includes total numbers of dumpsters by size and location, associated rental rates for various periods, and additional costs such as pick-up fees and tipping fees. Special mention is made of optional propane cylinder disposal services. Cost categories encompass total base costs per area based on dumpster size. Key areas specified include Gardiner Heritage and Research Center, Canyon Village Area, Old Faithful Area, and more, indicating the scope of waste management needs across various NPS-managed sites. Overall, the document serves as a request for proposals, enabling contractors to understand the requirements and pricing structures tied to waste management at these locations. The focus aligns with efficient resource management in government procurement processes, ensuring compliance with environmental standards while managing waste effectively.
The document outlines Wage Determination No. 2015-5407 issued by the U.S. Department of Labor under the Service Contract Act (SCA). It informs contractors about minimum wage rates for various occupations in designated Wyoming counties, emphasizing compliance with Executive Orders 14026 and 13658. For contracts starting or extending after January 30, 2022, contractors must pay a minimum of $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, must meet the $13.30 per hour benchmark if not renewed while also detailing fringe benefits like health, vacation, and holiday pay. The comprehensive list includes specific rates for numerous job titles across administrative, automotive, food service, health, and technical fields. Additional requirements outlined include paid sick leave under Executive Order 13706 and provisions for uniform costs. The document emphasizes the need for contractor adherence to these requirements, alongside a detailed conformance process for any unlisted occupations. By establishing clear wage and benefit standards, the document aims to protect workers engaged in government contracts, reinforcing fair labor practices within federal procurement.
The document outlines wage determinations under the Service Contract Act, established by the U.S. Department of Labor. It specifies minimum wage rates for federal contracts based on Executive Orders 14026 and 13658, particularly for contracts initiated or renewed after specified dates. In 2025, the minimum wage rate will be $17.75 per hour under EO 14026 or $13.30 under EO 13658 for certain contracts. The file lists various occupations and their corresponding wage rates in Wyoming counties, including a detailed breakdown of administrative, automotive, service, food preparation, health, and technical occupations. Fringe benefits include health and welfare contributions, paid sick leave, vacation, and holidays mandated by law for covered employees. The document also provides instructions for requesting additional classifications and wage rates if necessary. It emphasizes compliance with local labor laws and contractor obligations, including those related to uniform allowances and hazardous pay differentials. The comprehensive structure serves to ensure contractors meet legal wage and benefit requirements while executing government contracts. The overall aim is to promote worker protection and fair compensation across various service sectors.
The document is a response to inquiries regarding Request for Quote 140P1425Q0002, specifically addressing various logistical and material queries related to a recycling program. Key points include: confirmation of the incumbent contractor, Four Corners Recycling, LLC; historical monthly recycling tonnage for 2024, detailing types of materials such as aluminum, cardboard, glass, paper, and plastics; and guidance on pricing submissions reflecting performance periods. Additional specifics were provided about bear-proof trash cans used, including manufacturer details and dimensions. Concerns regarding the condition of materials, such as whether cardboard is loose or wet, the types of glass, and paper mixtures are also addressed. The responses indicate a focus on ensuring clarity for bidders, and the importance of comprehensive information for price estimation and logistical planning. Overall, this document aims to facilitate effective bidding processes and recycling operations aligned with governmental requirements while maintaining transparency about material conditions and specifications.
Apr 24, 2025, 8:08 PM UTC
The document is an amendment to a solicitation issued by the National Park Service (NPS) for the Yellowstone National Park project, identified by solicitation number 140P1425Q0002. The amendment addresses questions raised during a question-and-answer period, providing responses in an attachment that includes numbered queries and corresponding bullet points. It also contains photographs relevant to the responses. Importantly, this amendment does not extend the due date for offers, which is specified to remain unchanged. The performance period for the contract is set from June 15, 2025, to June 14, 2026. Offerors must acknowledge receipt of this amendment when submitting their responses. The document underscores the procedural requirements for offer revisions and acknowledgment, emphasizing that late submissions may be rejected. This amendment reflects standard practices in federal procurement, aiming to clarify expectations and streamline the bidding process for prospective contractors.
Apr 24, 2025, 8:08 PM UTC
The document is a Request for Quotation (RFQ) issued by the National Park Service (NPS) for recycling services at Yellowstone National Park. The RFQ seeks quotes for an initial base period of service from June 15, 2025, to June 14, 2026, with optional extensions through June 14, 2030. It includes services for monitoring, collection, transportation, and disposal of recyclables at around fifty sites within the park. Key details include specific requirements for technical and prior experience, a price evaluation that ranks quotes for best value, and necessary compliance with federal labor standards. Quoters must submit a detailed project narrative, demonstrate knowledge of accessibility and operational challenges, and provide relevant past performance examples. The document emphasizes strict adherence to submission guidelines and lists numerous federal acquisition regulations that must be followed. The RFQ is designated as a small business set-aside, indicating a preference for small business participation in the bidding process, aligning with governmental goals for equitable contracting opportunities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Yellowstone NP Wastewater Groundwater Monitoring
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for groundwater monitoring services at Yellowstone National Park, specifically near its wastewater treatment plants. The project involves annual monitoring of groundwater and surface water at multiple sites, including Fishing Bridge, Grant Village, Old Faithful, and Madison, with a focus on assessing the impact of wastewater treatment on local water quality. This contract, set aside for small businesses, requires the contractor to monitor 58 well and surface water sites between August 1 and September 30, 2025, with a final report due by February 15, 2026. Interested vendors must submit their proposals, including project narratives and past performance examples, by the specified deadlines, and can direct inquiries to Molly Lynam at MollyLynam@nps.gov.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
56--YELLOWSTONE PURCHASE CONSTRUCTION MATERIAL
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking quotes for the procurement of construction materials for Yellowstone National Park under solicitation number 140P1525Q0071. This opportunity is a Total Small Business Set-Aside, requiring vendors to provide either specified brand-name materials or equivalent alternatives, with detailed product specifications necessary for any substitutions. The materials are essential for enhancing the park's infrastructure, reflecting the government's commitment to maintaining and improving national park facilities. Interested vendors must submit their quotes by April 28, 2025, at 10:00 AM Mountain Time, and are encouraged to direct any questions to Lindsay McLaughlin at lindsaymclaughlin@nps.gov by April 10, 2025.
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.
Jemez Recreation Trash Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking quotes for trash collection services in the Jemez Ranger District of the Santa Fe National Forest, New Mexico. The procurement involves providing dumpsters and weekly trash pickup from designated recreational sites, including campgrounds and picnic areas, from 2025 to 2030, under a firm fixed-price contract. This initiative is part of a broader effort to ensure efficient waste management in public recreation areas while supporting small businesses, with a total small business set-aside designation. Interested contractors must submit their bids by April 27, 2025, and direct any questions to the contracting officer, Ellena Silva, at ellena.silva@usda.gov.
YELL LUMBER SUPPLY BUY
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking quotations for the supply of lumber to support construction projects within Yellowstone National Park. This procurement aims to acquire treated green Douglas Fir and rough sawn wood for the construction of boardwalks and trails, with specific requirements for dimensions, grades, and treatment types outlined in the solicitation documents. The importance of this procurement lies in its role in enhancing environmental infrastructure within national parks, ensuring quality materials are used for public projects. Interested small businesses must submit their quotations by May 13, 2025, with the contract performance period scheduled from May 14 to July 31, 2025. For further inquiries, potential bidders can contact Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198.
REPLACEMENT OF SEPTIC TANK AT LOST HORSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of a septic tank at the Lost Horse Ranger Station in Joshua Tree National Park. The project involves removing an outdated 1967 septic tank and installing a modern 1,500-gallon system, ensuring compliance with current environmental codes and safety regulations. This initiative is crucial for maintaining the infrastructure of national parks and ensuring the facility's functionality and environmental compliance. Interested small businesses must submit sealed bids by the specified deadline, with a site visit scheduled for April 24, 2025, and the project completion expected within 30 days after the notice to proceed. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
PUMPING NORTH RIM CONCRETE SEPTIC TANK
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide septic tank pumping and inspection services at the North Rim of the Grand Canyon National Park. The contractor will be responsible for all necessary labor, materials, and supervision to perform the pumping service and generate an inspection report, as outlined in the attached scope of services. This service is critical for maintaining the wastewater treatment facilities at the park, ensuring environmental compliance and operational efficiency. Quotations are due by 1:00 PM AZ time on May 22, 2025, with an anticipated award date on or before June 1, 2025. Interested parties should contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294 for further information.
SUMMER PORTABLES FOR GOLDEN GATE NATIONAL RECREATI
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the rental and servicing of portable toilets and hand wash stations within the Golden Gate National Recreation Area in San Francisco, California. The project aims to enhance public access and sanitation during the summer months by installing portable restrooms at designated locations, including the West Bluff, East Beach Picnic Area, and Great Meadows, ensuring compliance with ADA standards. This initiative is crucial for maintaining public health and improving visitor experience in recreational areas during peak usage periods. Interested small businesses must submit their bids electronically by April 29, 2025, with the contract period running from June 30, 2025, to October 31, 2025. For further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
Olympic National Park REHAB Wastewater Lagoons
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small business contractors for the rehabilitation of the Kalaloch Wastewater Lagoons in Olympic National Park, Washington. The project aims to enhance wastewater management systems, including the installation of new lagoon aerators, effluent monitoring systems, and manual headworks screens, while ensuring minimal disruption to park operations and adherence to environmental protection standards. This initiative is crucial for maintaining the park's infrastructure and safeguarding its natural resources. Proposals are due by May 28, 2025, with an estimated project budget between $1,000,000 and $2,000,000, and interested parties can contact Geraldine Larsen at geraldinelarsen@nps.gov for further information.