Recycling Services for Yellowstone National Park
ID: 140P1425Q0002Type: Combined Synopsis/Solicitation
AwardedJun 26, 2025
$1.7M$1,698,225
AwardeeFOUR CORNERS RECYCLING LLC 357 RECYCLE WAY Bozeman MT 59718 USA
Award #:140P1425C0004
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
    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.
    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.
    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.
    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
    Similar Opportunities
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Amendment 2: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a concession contract to provide lodging, campgrounds, food and beverage, retail, marina, and other services within Grand Teton National Park. This opportunity aims to enhance visitor experiences by offering a range of recreational services and amenities, with the next concession contract expected to commence on January 1, 2027. Interested parties must submit detailed financial projections and operational plans, adhering to federal regulations, with electronic proposals due by January 6, 2026, and a hardcopy transmittal letter due by January 13, 2026. For further inquiries, contact Erica Harris at imrconcessions@nps.gov.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.