Fort Sill Post Wide Refuse Services
ID: W9124L-24-B-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT SILLFORT SILL, OK, 73503-0501, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting bids for refuse services at Fort Sill, Oklahoma, under solicitation number W9124L24B0004. The contract aims to provide comprehensive solid waste management, including the collection and disposal of various waste types, with a focus on compliance with federal and state regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the military installation, supporting sustainability efforts as part of broader federal initiatives. Interested contractors, particularly those registered as Historically Underutilized Business (HUBZone) entities, must submit their bids by February 26, 2025, with further inquiries directed to the contracting officer, Jesslyan Ortiz Albino, at jesslyan.m.ortizalbino.civ@army.mil or by phone at 520-944-1756.

    Files
    Title
    Posted
    The file pertains to Request for Proposals (RFP) W9124L24B0004 issued by the U.S. government for refuse collection and waste management services at Fort Sill, Oklahoma. The acquisition seeks bids from contractors to provide various waste disposal services, including dumpster and compactor collection, transportation, and unloading, over a one-year base period with four optional renewal years. The total award is set aside specifically for small businesses, with an emphasis on HUBZone firms. Bids are due by February 11, 2025, with guidelines for submission outlined, including acceptable formats (hard copy or electronic) and necessary documentation. Key details for bidders include operational parameters, evaluation criteria, and compliance with federal acquisition regulations. A site visit is scheduled for January 14, 2025, to clarify project requirements and address technical inquiries. The contract is contingent upon the availability of federal funds, and bidders must ensure registration in the System for Award Management (SAM). This solicitation emphasizes transparency, fairness in pricing, and contractor qualifications, ensuring that the selected vendor meets the rigorous standards set forth by the government.
    The document outlines a solicitation for services related to refuse and solid waste management at Fort Sill, Oklahoma, under solicitation number W9124L24B0004. The primary objective is to obtain bids for the collection, transportation, and unloading of various waste types, including wet, dry, cardboard, and special event dumpsters, evaluated through sealed bidding as per federal regulations. The contract covers a one-year base period from April 1, 2025, to March 31, 2026, with four optional renewal years. Bidder instructions are detailed, emphasizing electronic submission and compliance with pricing and certifications. The solicitation is a HUBZone set-aside, promoting small business participation, specifically those owned by veterans and women. Key dates include a site visit scheduled for January 14, 2025, and bid submissions due by February 26, 2025. The contract execution is contingent upon the availability of federal funding, ensuring no liabilities occur without confirmed financing from the government. Overall, this solicitation supports the government's efforts to maintain effective waste management services while adhering to federal contracting standards and promoting small business engagement.
    This document is an amendment to the solicitation for solid waste management services at Fort Sill, Oklahoma, identifying updates to the contract, including additional responses to industry questions, a revised Performance Work Statement (PWS), changes to estimated workloads, and the introduction of new Contract Line Items (CLINs) for roll-off dumpster services. The bid due date is extended to February 19, 2025, at 1:00 p.m. CST. It details the requirements for bidders, including instructions for submission, site visit details, and evaluation criteria based on sealed bidding procedures. The solicitation includes provisions for HUBZone set-asides and necessitates compliance with the System for Award Management (SAM) registration. Interested contractors must submit bids in prescribed formats, ensuring all representations and certifications are complete. The document emphasizes the importance of timely submissions and communication of any queries or clarifications before the bidding process closes. Overall, this amendment aims to clarify bidding procedures and requirements for the comprehensive management of solid waste at Fort Sill while ensuring regulatory compliance and competitive bidding.
    The document is an amendment to a solicitation for solid waste management services at Fort Sill, outlining critical updates and procedural instructions for potential bidders. The bid deadline has been extended to February 26, 2025, and additional answers to industry questions are included as attachments. Bidders must submit their offers electronically or via hard copy by the revised deadline, ensuring compliance with specified formatting requirements. The contract type is a firm fixed price for a base year and four option years, emphasizing the importance of submitting accurate bids as the government will evaluate them without further discussions. This procurement is designated as a total HUBZone set-aside, requiring bidders to be registered in the System for Award Management (SAM). A site visit is scheduled for January 14, 2025, which will provide bidders with an opportunity to better understand the project context. General instructions, bid preparation information, and evaluation criteria are clearly articulated to ensure a competitive bidding process, enhancing transparency and operational efficiency within the context of federal procurement practices.
    This document amends a solicitation for solid waste management services at Fort Sill, extending the bid due date to February 11, 2025, and providing updated information in various attachments. The solicitation requires bidders to submit their proposals, which must remain valid for 120 calendar days after submission, via electronic or hard copy means. A site visit for potential bidders is scheduled for January 14, 2025, to allow firms to assess the project site and ask any technical questions. Bids will be evaluated under sealed bidding procedures, and noncompliance with the solicitation’s requirements may lead to disqualification. The contract will be a firm fixed price with an initial performance period starting April 1, 2025, and running to March 31, 2026, with options to extend for four additional years. Contractors must provide proof of necessary insurance coverage, comply with wage determinations, and ensure registration in the System for Award Management (SAM). The document outlines specific submission requirements, including formatting guidelines, necessary representations and certifications, and the importance of adhering to the revamped solicitation process in response to a transition in contract writing systems. Overall, it emphasizes the procedural integrity and administrative details of the bidding process while ensuring compliance with federal standards.
    The document is an amendment to a solicitation for a contract related to Solid Waste Management Services at Fort Sill, covering fiscal years 2025 to 2030. It primarily serves to provide additional answers to industry questions, as outlined in an attachment within the document. The amendment states that the terms and conditions of the original solicitation remain unchanged, except for the modifications detailed in the summary of changes. The contract is handled by Jesslyan Ortiz Albino, the contracting officer. Key changes include modified attachments and exhibits, which consist of performance requirements, wage determinations, and several questions and answers that address industry inquiries. The amendment reiterates the requirement for contractors to acknowledge receipt of this amendment before the stipulated deadline to avoid rejection of their offers. This documentation is part of federal government operations regarding requests for proposals (RFPs) and contracts, emphasizing transparency and communication with potential contractors about the specific requirements and expectations for the solid waste management project.
    The U.S. Army Garrison Fort Sill requires integrated solid waste management services as outlined in the Performance Work Statement (PWS). This contract, starting April 1, 2025, specifies that the contractor must provide comprehensive services including personnel, equipment, and supervision for the collection, diversion, and disposal of non-hazardous solid waste on the installation. The contractor is responsible for adhering to federal, state, and local regulations while ensuring compliance with all safety and environmental policies. Key objectives include maintaining service efficiency and minimizing disruptions to daily operations, with specific schedules and routes for waste collection to be coordinated with the Contracting Officer’s Representative (COR). The document also details security requirements, including employee background checks and mandatory training for contractor personnel accessing military installations. Further, it emphasizes the need for a Quality Control Plan to ensure compliance with performance standards and outlines the contractor responsibilities, including maintenance of collection equipment and containers. The structured approach prioritizes effective solid waste management practices while safeguarding public health and environmental integrity, reflecting the government’s commitment to sustainable practices and community welfare.
    The USAG Fort Sill Solid Waste Management Services Performance Work Statement (PWS) outlines a non-personal services contract aimed at providing comprehensive solid waste management at Fort Sill, Oklahoma. It establishes the contractor's responsibility for all personnel, equipment, and services necessary for waste disposal, collection, recycling, and maintenance. The document emphasizes compliance with federal, state, and local regulations, detailing specific tasks and minimum performance standards. Key responsibilities include maintaining access control, managing various waste types (e.g., municipal solid waste, non-hazardous waste), and ensuring environmental and safety compliance. The contract includes measures for emergency response, accident reporting, and security training for personnel. Additionally, the PWS defines contractor roles, responsibilities, and qualifications, such as hiring U.S. residents and maintaining a professional appearance. The government retains no responsibility for providing real property or equipment, placing the burden solely on the contractor. The PWS provides a clear framework aimed at optimizing waste management processes while ensuring regulatory adherence and environmental stewardship, aligning with best practices in solid waste operations.
    The document provides a Wage Determination under the Service Contract Act (SCA) for Oklahoma, specifically addressing wage rates and benefits for various occupations in Comanche and Cotton counties. It outlines requirements for contractors regarding minimum wage rates, fringe benefits, and the conditions under which these rates apply based on Executive Orders 14026 and 13658. The revision, dated July 22, 2024, updates the wage rates applicable to numerous job classifications across administrative, automotive, food service, technical, healthcare, and maintenance occupations, among others. Key points include the mandatory health and welfare benefits of $5.36 per hour or $929.07 per month, vacation and holiday policies, and guidelines for employees eligible for paid sick leave. The document specifies that if the work performed includes unlisted job classifications, contractors must submit a Request for Authorization of Additional Classifications. This compliance framework ensures that contractors uphold labor standards and safeguard employee rights when federal contracts are involved. The file serves as an essential reference for contractors engaged in federal projects, ensuring adherence to labor laws and fair compensation practices.
    The document outlines the Wage Determination No. 2015-5313, enacted under the Service Contract Act by the U.S. Department of Labor. It specifies minimum wage and fringe benefit requirements for federal contracts, detailing obligations imposed by Executive Orders 14026 and 13658. Contracts awarded after January 30, 2022, mandate a minimum wage of at least $17.75 per hour, while earlier contracts continue to reflect previous rates like $13.30 per hour. The document lists occupations and their respective wage rates across various job classifications prevalent in Oklahoma, along with applicable fringe benefits including health, welfare, vacation, and holidays. Additional notes clarify the conformance process for unlisted job classifications, which must align with the wage determination guidelines to ensure compliance. This structured approach aims to establish fair labor standards for all workers engaged in government contracts, emphasizing the enforcement of employee rights and remuneration standards in alignment with federal mandates.
    The memorandum outlines key details and responses regarding the new solicitation W9124L24B0004 for refuse services at Fort Sill, Oklahoma. This contract, not an incumbent recompete, replaces the previous contract with Waste Solutions (W9124L-20-C-0004). Important clarifications include that contractors cannot park equipment on-site, nor will there be an additional site visit. Refuse picked up will be taken to the Fort Sill landfill, but contractors will not operate the landfill or recycle center. Contractors are advised that the requirements include managing up to three 30-cubic yard roll-off containers for bulk trash, primarily to prevent illegal dumping. The contractor will not have assigned on-post office or storage space and must manage these needs externally. Moreover, the service level expected is categorized as 'black,' indicating a specific frequency. The document underscores operational constraints and stipulates a straightforward refuse handling arrangement to enhance compliance and efficiency in supporting Fort Sill's waste management needs.
    The document is a memorandum from MICC Fort Sill dated February 3, 2025, providing responses to queries related to Solicitation W9124L24B0004 for refuse services at Fort Sill, Oklahoma. Key topics include the specifications for various containers, including refuse, food, and cardboard dumpsters, confirming their styles and sizes. The refuse and food waste containers are specified as 8 yd slant-top containers with plastic lids, while cardboard containers have front slots for cardboard disposal. Special event containers are also 8 yd slant-top types. Additionally, the memorandum addresses ownership and specifications of the government-owned compactor, detailing its model and collection frequency, which is set at once per week. Information on the incumbent contract with Waste Solutions is provided, along with clarification that no roll-off containers are included in the current agreement. Finally, there is a mention of funding concerns regarding separate Contract Line Item Numbers (CLIN) as noted in the revised solicitation. Overall, this document serves to clarify the requirements and expectations for prospective bidders regarding refuse service provision, aligning with federal procurement processes.
    This memorandum addresses questions regarding the solicitation W9124L24B0004 for refuse services at Fort Sill, OK. Specifically, it clarifies a query about waste tonnage. The document notes that the C/D waste, estimated at 600 tons per month, is separate from the 638.84-ton average for C/I waste detailed in the Fort Sill Integrated Solid Waste Management Plan. The average reflects reported figures from the landfill over five years and indicates that there is no specific line item for tonnage charges in the contract due to no fees for landfill use. Tonnage data is gathered for record-keeping by the Environmental Quality Division (EQD). The memorandum is authored by Nicole English, a contracting officer from MICC Fort Sill, emphasizing the importance of precise data in managing waste services. This clarification ensures all parties involved have a clear understanding of the waste management expectations under the contract.
    The memorandum from MICC Fort Sill dated February 25, 2025, addresses inquiries regarding Solicitation W9124L24B0004 for refuse services at Fort Sill, Oklahoma. It clarifies confusion surrounding the acronym MFH found in the Routine Tasks/Services column of the standard Task and Frequency (TE-D) chart. Specifically, MFH is defined as Military Family Housing, which some stakeholders misinterpreted as Multi Family Housing. The contracting officer, Jesslyan Ortiz-Albino, emphasizes that the TE-D document is standardized and cannot be altered by customers. While Military Family Housing is acknowledged, it is confirmed that this particular requirement is not included in the contract’s specifications outlined in TE-C Estimated Workload. This memorandum serves to provide clarity and ensure that all parties have a shared understanding of the contract requirements before proceeding with the solicitation process.
    The document is a solicitation for proposals related to waste management services at Fort Sill, Oklahoma, under solicitation number W9124L24B0004. The U.S. Government is seeking bids for the collection, transportation, and unloading of various types of refuse and solid waste. The contract spans from April 1, 2025, to March 31, 2026, with options for four additional years, categorized under federal procurement regulations (FAR). Bidders must comply with specific requirements, including submission of their bids electronically or via hard copy, following outlined bidding instructions and preparation guidelines. Key dates include a bid submission deadline of February 11, 2025, with a public bid opening at 1:00 PM CST. A site visit for potential bidders is scheduled for January 14, 2025. The document emphasizes small business participation, particularly HUBZone, service-disabled veteran-owned, and women-owned businesses. Overall, the solicitation aims to improve refuse collection services while ensuring competitive and fair bidding processes in compliance with government regulations.
    The document outlines a solicitation for refuse and solid waste management services at Fort Sill, Oklahoma, designated as RFP W9124L24B0004. The government seeks proposals from contractors for the collection, transportation, and unloading of various waste types, including wet, dry, cardboard, special events, and wood waste, with specific price submissions per dumpster per month. The procurement includes a base year of service starting April 1, 2025, with four optional renewal years. The submission deadline is January 29, 2025, at 2:00 PM. Interested bidders must submit electronic or physical bids and may attend a pre-bid site visit on January 14, 2025. Eligibility requirements are specified, including HUBZone set-aside considerations. There are clear instructions for bid preparation, including necessary documentation and compliance with federal regulations. Importantly, the contract's financial obligations are contingent upon the availability of appropriated funds, underlining the importance of fiscal compliance in government contracting. Overall, this solicitation reflects the government's commitment to systematic waste management at military installations.
    The document outlines a solicitation for waste management services at Fort Sill, Oklahoma, specifically focusing on refuse collection and disposal over a series of contract periods, including options for future years. The total acquisition is set up under solicitation number W9124L24B0004, with bids due by February 26, 2025. The scope includes various waste types, such as wet, dry, cardboard, and event-specific refuse, through firm fixed-price contracts beginning April 1, 2025, and running through 2030. Bid submissions may be electronic or hard copy, with specific instructions for format and delivery outlined. Emphasis is placed on the importance of complying with FAR regulations, including adherence to small business participation goals. Bid evaluations will determine the most competitive and compliant offers, utilizing criteria set in the solicitation. A contingency note regarding the availability of funds specifies that the government's obligation hinges on appropriated dollar availability. Interested bidders are encouraged to attend a site visit to familiarize themselves with operational conditions. The solicitation underscores compliance, timely submission, and preparation of contractor qualifications as essential to successful bidding.
    The document outlines the estimated workload for refuse, food waste, and recyclable materials management across various buildings on a military installation. Each listed building includes details such as the type of materials to be disposed of, including refuse and recycling categories (food waste, cardboard, wood), and indicates the need for compactor services. The data spans multiple facilities, with additional comments on specific requirements or services needed for each location. The file serves as a foundational reference for developing Requests for Proposals (RFPs) and federal grants related to waste management services at the specified sites. It emphasizes efficient waste management practices essential for maintaining environmental compliance and operational efficiency within the military infrastructure. Overall, the document reflects a systematic approach to addressing waste management needs across numerous military facilities, contributing to sustainable practices in public service operations.
    The document outlines service requirements and standards for garbage and waste management as part of a government RFP. It establishes a tiered system of service levels categorized by color codes: Green, Amber, Red, and Black. Each category defines the frequency and conditions for cleaning, maintenance, and collection of various dumpsters and waste types, including food waste, organics, non-hazardous solid waste, and bulk items. For example, the Green level mandates the highest frequency of service, such as cleaning food waste dumpsters every three years and collections based on fullness. In contrast, the Red level stipulates the minimum service requirements, with less frequent cleaning and collection timelines. The document also includes provisions for unscheduled collection events due to emergencies or overflow situations, indicating flexibility in service delivery. This comprehensive approach emphasizes maintaining cleanliness and efficiency in waste management, ensuring compliance and sustainability in urban environments. The file serves as a foundation for potential bidders to understand service expectations and comply with local and federal waste management regulations.
    The document outlines the performance requirements for Solid Waste Management Services under a federal contract for FY25. The primary objectives include the proper disposal and transportation of municipal solid waste (MSW) in compliance with all applicable laws and regulations. Key requirements emphasize that all waste must be disposed of on-post at the designated Fort Sill landfill, and co-mingling of on-post and off-post waste is strictly prohibited. Additionally, the contractor is mandated to develop and maintain a Quality Control Plan (QCP) that details inspection systems to ensure service quality and identify potential defects. Performance thresholds dictate that zero deviations from these standards are acceptable. The contract incorporates an incentive/disincentive mechanism involving random sampling by the Contracting Officer Representative (COR) and customer feedback to monitor compliance and service quality. This document serves as a directive for ensuring that waste management practices maintain high standards of safety and efficiency, in line with federal and state regulations, reflecting the government's intent to uphold environmental responsibility within its operations.
    The document outlines the deliverables and reporting requirements for a Solid Waste Management Service contract for FY25-29. It specifies various items, their submission frequency, the number of copies required, and the intended recipients (KO and COR). Key deliverables include timely notifications for operational curtailments, emergency medical treatments, and regular training certifications for personnel within established time frames. Reports such as accident findings, safety plans, and container inventories must also be prepared and submitted electronically via email in specified formats. Compliance with OSHA regulations and emergency response protocols is emphasized throughout, ensuring safety and effective contract management. The detailed obligations signify the government's commitment to maintaining high standards in waste management operations and safety training, indicating a focus on accountability and sustainability in public service contracts.
    The document details an Estimated Workload report pertaining to waste management across various facilities, classified by building numbers and associated waste types. It involves the categorization of refuse, food waste, cardboard, and wood, along with specific comments about each unit or tenant's requirements. The report includes a comprehensive list of more than 300 locations, such as classrooms, barracks, administrative buildings, and recreational areas, each reflecting differing waste management needs. Key facilities like the MWR (Morale, Welfare, and Recreation) centers and various housing units indicate an organized effort to estimate the volume of different waste types generated at these sites. The entries suggest operational planning for waste collection and disposal that will likely inform future requests for proposals (RFPs) and grant applications linked to facility management and environmental considerations. The report showcases a structured approach to optimizing waste management while aligning with governmental standards for efficiency and sustainability across federal and local jurisdictions.
    The document outlines service levels and requirements related to waste management under a government Request for Proposals (RFP). It categorizes tasks into routine and periodic services, specifying different response times and cleaning protocols. The key tasks include cleaning various types of dumpsters and containers and managing the collection and transfer of non-hazardous solid waste, food waste, organics, and recycling. Services are graded by urgency, with 'Green' indicating the best performance level requiring action within two weeks, down to 'Black' needing attention within two months, based on the dumpster's fullness and service frequency. Additionally, it addresses unscheduled events like storms and bulk waste management. The overall aim is to ensure efficient waste management services while maintaining environmental standards and responsiveness to community needs.
    The document contains geospatial information regarding Fort Sill, Oklahoma, specifically focusing on waste management infrastructure, represented through a detailed map. It lists the types and quantities of dumpsters at Fort Sill, including categories for dry, wet, cardboard, wood, metal, and others. There are a total of 381 dumpsters of various types, which are critical for maintaining environmental standards and compliance with federal waste management regulations. The map provides essential infrastructure details like roads, recreation areas, military boundaries, and various natural features, all aimed at ensuring operational effectiveness within the installation. This geospatial data is crucial for planning and managing both environmental and military functions in alignment with federal and state guidelines, ultimately supporting the sustainability efforts of the facility as part of broader federal initiatives.
    The Fort Sill Integrated Solid Waste Management Plan (ISWMP) outlines the procedures and responsibilities for managing solid waste at the U.S. Army Fires Center of Excellence and Fort Sill, Oklahoma, in compliance with federal and state regulations. The plan serves to minimize environmental impacts, enhance recycling, and promote sustainable practices, aiming for a 40% waste diversion from landfills and incineration by 2025. Key objectives include reducing waste generation, increasing recycling rates, and optimizing economic benefits through an integrated approach. The plan characterizes waste streams into six categories: residential, commercial and institutional (C&I), industrial, construction and demolition (C&D), yard waste, and special wastes, providing data on disposal trends and recycling initiatives. Fort Sill's mission incorporates waste management in the planning of future facilities and projects, adjusting strategies to accommodate population growth and regulatory demands. The plan emphasizes collaborative responsibilities among various directors and departments, ensuring that all stakeholders actively participate in improving waste management practices. Regular updates and evaluations are crucial for aligning operations with sustainability goals, ensuring that Fort Sill remains compliant and responsive to evolving environmental standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Long Beach, CA Port Refuse Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for refuse management services at the Long Beach Port in California. The contract involves providing and maintaining two 40-yard open top containers, with services scheduled from May 25 to June 15, 2025, and includes strict adherence to quality control and environmental regulations. This procurement is crucial for ensuring efficient waste management at a federal facility, with an estimated contract value of $47 million. Interested parties must submit their bids by March 26, 2025, and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254.
    Refuse and Recycling Services IL177 Multi Site IL001 IL002 IL011 IL051
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide refuse and recycling services across multiple sites in Illinois, designated as IL177, IL001, IL002, IL011, and IL051. The procurement aims to ensure efficient solid waste collection and management, which is critical for maintaining cleanliness and environmental standards at military installations. Interested vendors should note that the primary contact for this solicitation is Jeremy Berlin, who can be reached at jeremy.l.berlin.civ@army.mil or by phone at 502-898-7484, while Melissa Larson serves as the secondary contact at melissa.t.larson.civ@army.mil or 502-898-4571. Further details regarding the solicitation process and deadlines will be provided in the official documentation.
    MA058 - Refuse and Recycling Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse and recycling services under the title "MA058 - Refuse and Recycling Services." This procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and environmental standards at military installations. The contract is set aside for small businesses, in accordance with FAR 19.5, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested vendors can reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, or contact Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details.
    Joint Base San Antonio (JBSA) Municipal Solid Waste Management (MSWM) Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Municipal Solid Waste Management (MSWM) Services at Joint Base San Antonio (JBSA) in Texas. The procurement aims to secure comprehensive waste collection and disposal services, including the management of municipal, food, green waste, and asbestos, with an estimated contract value of $47 million spanning from August 2025 to June 2029. This initiative is crucial for maintaining environmental compliance and operational efficiency across military installations, supporting sustainable waste disposal practices. Interested small businesses are encouraged to participate, and inquiries can be directed to Bismark Badu at 210-671-1727, with proposals due by the specified deadlines.
    REFUSE AND RECYCLING SERVICES - Middletown, CT (CT019)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - NJ, is preparing to solicit bids for refuse and recycling services in Middletown, CT. The upcoming contract will encompass a range of services related to solid waste collection, as outlined in the attached Performance Work Statement (PWS). These services are crucial for maintaining cleanliness and sustainability within military installations. Interested vendors should note that the solicitation will be posted on the Procurement Integrated Enterprise Environment (PIEE), with site visit dates and response deadlines to be announced. For further inquiries, potential bidders can contact Shannon Harvey at shannon.e.harvey3.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil.
    Refuse Collection and Recycling Services, Smithfield, PA (PA222)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse collection and recycling services in Smithfield, Pennsylvania. The procurement aims to secure reliable solid waste collection services, which are essential for maintaining cleanliness and environmental standards at military facilities. This contract falls under the NAICS code 562111 and PSC code S205, highlighting its focus on housekeeping and waste management. Interested vendors can reach out to Christopher Naylor at christopher.j.naylor.civ@army.mil or by phone at 856-433-0723, or Christina Elarado at christina.m.elardo.civ@army.mil or 609-562-2739 for further details regarding the solicitation process.
    Trinity Region_Lewisville_Refuse Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is initiating a presolicitation for refuse services in the Trinity Region, Lewisville area. This opportunity is aimed at securing solid waste collection services, which are essential for maintaining cleanliness and operational efficiency at military installations. The contract will be awarded on a sole source basis, indicating a specific vendor may be targeted for this procurement. Interested parties can reach out to Baisy Lanzo at baisy.j.lanzo@usace.army.mil or call 817-659-6355 for further details regarding this opportunity.
    Integrated Solid Waste Management (ISWM) (Service) FE Warren AFB, WY Amendment 02
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for Integrated Solid Waste Management (ISWM) services at F.E. Warren Air Force Base (AFB) in Wyoming. The contractor will be responsible for providing all necessary personnel, equipment, and services for the collection and management of municipal solid waste, ensuring compliance with local, state, and federal regulations. This procurement is particularly significant as it supports the operational efficiency of the base while promoting opportunities for Women-Owned Small Businesses (WOSB) under the SBA Certified program. Proposals are due by 11:00 am MT on April 10, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The total contract value is estimated at $47 million, covering a base period of five months with options extending up to five years, contingent upon the availability of federal funds.
    Riley / Minot / Ellsworth Hazardous Waste and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal, transportation, and disposal of hazardous and regulated wastes from military installations located in Fort Riley, Kansas, Ellsworth AFB, South Dakota, and Minot AFB, North Dakota. The contract, categorized under NAICS code 562211, encompasses a 30-month base period from May 2025 to November 2027, with an optional 30-month extension, and emphasizes compliance with EPA and RCRA regulations for safe waste management. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Erik Rundquist at erik.rundquist@dla.mil or by phone at 269-961-4891. The procurement process will evaluate submissions based on past performance and pricing, ensuring adherence to environmental standards throughout the disposal process.
    HIARNG MEDDET Biowaste Disposal
    Buyer not available
    The Department of Defense, specifically the Hawaii Army National Guard (HIARNG), is seeking vendors for the MEDDET Biowaste Disposal services. The procurement aims to identify qualified contractors capable of collecting, removing, and disposing of biohazardous waste generated from the HIARNG's daily operations, ensuring compliance with hazardous waste treatment and disposal regulations. This service is crucial for maintaining health and safety standards within military operations, as it involves the proper management of infectious waste. Interested businesses, particularly those classified as small or in various socio-economic categories, are encouraged to respond to this sources sought announcement by submitting their qualifications and relevant information to Jonathan Weber at jonathan.weber.14@us.af.mil by 10:00 AM Hawaii Standard Time on March 24, 2025.