U.S. Army Garrison Hawaii - Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock) Refuse Service
ID: W912CN-25-Q-EC01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, 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 is soliciting proposals for refuse services at the U.S. Army Garrison Hawaii, specifically for the Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock). The objective of this procurement is to ensure efficient and environmentally compliant refuse collection and disposal to support the mission of the USAG-HI Department of Public Works. This contract, set aside for small businesses, emphasizes the importance of sustainable waste management practices and compliance with federal environmental standards. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Edmond Chan at edmond.r.chan.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines the solicitation for refuse services at U.S. Army Garrison Hawaii, specifically for the Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock). The Request for Quotation (RFQ) W912CN-25-Q-EC01 has been amended to extend the deadline for submissions to April 28, 2025. The procurement is designated as a 100% Small Business set-aside, with a focus on submitting competitive quotes under FAR regulations. The requirement involves the collection and disposal of solid waste services to ensure compliance with environmental standards. Interested contractors must review the Performance Work Statement and submit comprehensive quotes, including pricing for various service line items. Quotations must demonstrate technical capability, relevant work experience, and adherence to specified formatting and submission guidelines. Evaluation of proposals will consider technical capabilities, pricing, and past work experience relevant to refuse collection. The contract aims to align with government fiscal allocations, emphasizing accountability in financial resources and business integrity. This solicitation illustrates the government's commitment to sustainable waste management and the opportunity for small businesses to engage in federal contracting.
    The RFQ No. W912CN-25-Q-EC01 is a combined solicitation for refuse services at U.S. Army Garrison Hawaii's Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock), issued on April 11, 2025. This solicitation follows guidelines from the Federal Acquisition Regulation (FAR) and sets a 100% Small Business set-aside, with a focus on solid waste collection contractors (NAICS 562111). The scope includes collecting and disposing of refuse in specified quantities across several locations. Contractors are required to submit complete quotes covering all line items listed, demonstrating their technical capabilities, relevant work experience, and compliance with service requirements as detailed in the Performance Work Statement (PWS). The evaluation will assess technical capability, pricing, and past work experience, favoring the lowest price that meets government standards. Quotes must be submitted electronically by April 23, 2025, and include specific business information, pricing, and compliance with attachments provided. This solicitation represents an opportunity for small businesses to engage in government contracting while fulfilling environmental and operational objectives at military installations in Hawaii.
    The document pertains to the work experience information required for prospective vendors responding to the U.S. Army Corps of Engineers’ solicitation W912CN-25-Q-EC01 for refuse services at Pohakuloa Training Area, Kilauea Military Camp, and Kawaihae Dock. Interested offerors must detail relevant work experiences within the last two years, including the name of the reference, contract details, and project scope. The structure includes sections for the period of performance, contract amounts across different years or options, and a narrative describing the significance of the work experience. This narrative should clarify the relevance of previous contracts in terms of their nature, scope, size, magnitude, and complexity. The document emphasizes the need for vendors to demonstrate their qualifications adequately, which is essential for assessing their capabilities in fulfilling the requirements outlined in the solicitation.
    The Army Contracting Enterprise (ACE) is transitioning to the Army Contract Writing System (ACWS), modernizing its solicitation and contract writing processes. During this transition, Offerors must be aware that contract documents may utilize various systems, leading to potential differences in submission instructions and document formats. It's essential for Offerors to thoroughly review all solicitation materials for specific instructions and to notify the Contracting Officer of any changes that could affect eligibility or performance. Additionally, while the transition aims to minimize unintended changes to terms and conditions, any such changes must be explicitly documented. Should there be issues due to network or system errors, the Contracting Officer may implement alternative mechanisms for fund obligation to prevent delays in contract execution, incorporating the latest solicitation version until systems normalize. This process underscores a commitment to maintaining contractual integrity and ensuring proper communication throughout the contracting process, particularly during this significant software transition.
    The document pertains to the Kilauea Military Camp (KMC), specifically detailing various buildings (Bldg 81, Bldg 84, Bldg 34, and Bldg 91) associated with the camp. While it lacks extensive content, the mention of multiple buildings suggests an overview intended for planning or operational purposes. The structure primarily includes identification numbers for buildings that may be relevant in the context of federal activities or state and local government investment. Given the nature of government RFPs and grants, this document likely serves as a preliminary inventory or assessment for potential renovations or maintenance projects at KMC, aimed at supporting military or environmental initiatives in compliance with federal and state regulations. The emphasis appears to be on facilitating future proposals or funding applications related to the ongoing management of the facilities at KMC.
    The document is a Monthly Tonnage Report used to track waste management activities under a government contract. It includes fields for essential information, such as the contract number, task order number, contractor name, and reporting month/year. The report outlines details regarding container sizes (both 35 cubic yard and 3 cubic yard) and specific locations where waste collection occurs. Key data points to be filled in include the number of round trips made, containers emptied, quantities of regular refuse, recycled metals, and total tonnage for the month. Supporting documentation for all landfill and recycling tonnage is to be attached, ensuring verification of the reported data. The signature section at the bottom confirms the accuracy and authenticity of the submitted report, indicating the responsible person's name and title. This structured reporting format is critical for maintaining accountability and transparency in waste disposal efforts, aligning with the requirements outlined in federal grants and RFPs related to environmental management. The report demonstrates the government's focus on waste reduction and compliance with environmental standards.
    The document titled "Technical Exhibit #5 - PTA Installation Access Control Policy" outlines the procedures and protocols for implementing access control measures at the PTA. It emphasizes the importance of regulating physical access to sensitive areas to ensure the safety and security of personnel, information, and assets. Key components of the policy include access authorization protocols, the use of identification systems, and monitoring of entry points. The document specifies responsibilities of personnel involved in the access control process, including training requirements and adherence to security standards. Additionally, it discusses the integration of technology, such as biometric systems and surveillance, to enhance security. The policy aims to provide a structured approach to access management, ensuring compliance with federal security regulations while safeguarding operational integrity. This document serves as a critical guideline within the broader context of government RFPs and grants by ensuring consistent application of security measures at the installation level.
    The document outlines the procedures and requirements for obtaining an Installation Access Pass for the U.S. Army Garrison, Pōhakuloa Installations in Hawaii. It stipulates that individuals wishing to access federal facilities must undergo a National Crime Information Center (NCIC) vetting process. Specific disqualifying factors include arrest warrants, recent felony convictions, and serious crimes such as armed robbery, sexual assault, and terrorism. The form collects personal information such as name, date of birth, physical characteristics, and sponsors' details. It emphasizes that the sponsor is responsible for the actions of the applicant and must report any misconduct. Applicants are reminded that failing to provide necessary information may result in denied access, and they are to abide by Army regulations during their presence on the installations. Privacy concerns are highlighted, with references to the application’s adherence to the Privacy Act. Overall, this document serves as a formal request and guideline for ensuring security protocols are followed before granting installation access, maintaining compliance with federal regulations and safety policies.
    The document outlines the Invasive Pest Prevention Standard Operating Procedures (SOPs) for the Pōhakuloa Training Area (PTA), focusing on safeguarding the ecosystem from invasive pests such as reptiles, amphibians, and the ʻōhiʻa death disease. It emphasizes that project leaders and contractors must adhere to strict cleaning and inspection protocols for vehicles, machinery, and equipment to prevent pest introduction. Vehicles must be cleaned and inspected for invasive ants, with protocols for testing and sanitization detailed. Additionally, cutting tools need sanitation to avert ROD contamination, and landscaping should prioritize native Hawaiian species. Proper procedures are delineated for using off-site materials and a briefing is required for all project personnel. Compliance will be monitored through inspections, and records of personnel training must be maintained. The SOP outlines collaboration requirements with the PTA Natural Resources Office for pest management efforts during construction projects, underscoring a commitment to environmental stewardship and invasive species prevention. This serves as a guide to maintain ecological integrity during federal and state construction initiatives.
    Similar Opportunities
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.
    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.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.
    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.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Solid Waste/Recycling Processing Management Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) Business Development Program participants to provide Solid Waste/Recycling Processing Management Services at Fort Stewart, Georgia. The procurement aims to ensure efficient solid waste management and recycling operations, with contractors responsible for collecting, transporting, processing, and selling recyclable materials while adhering to environmental regulations and performance standards. This opportunity is critical for maintaining compliance with environmental management programs and diverting recyclables from landfills. Interested firms must respond to the sources sought notice with detailed information about their capabilities, experience, and interest in competing for the contract, which is anticipated to be structured as a competitive 8(a) set-aside. For further inquiries, potential respondents can contact Lacey Turner at lacey.m.turner2.civ@army.mil.
    TRASH REMOVAL SERVICES AT FORT HAMILTON COMMISSARY
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking a contractor to provide trash removal services at the Fort Hamilton Commissary located in Brooklyn, New York. The contractor will be responsible for all personnel, equipment, and transportation necessary for the removal, pickup, and disposal of trash three times a week, while ensuring compliance with all local, state, and federal environmental regulations. This procurement is a Total Small Business Set-Aside, with a contract period consisting of one base year and four one-year option periods, and the anticipated award date is March 1, 2026. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Marcella Simmons at marcella.simmons@deca.mil or Robert French at ROBERT.FRENCH@DECA.MIL.
    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.
    Kahauiki Stream Maintenance Dredging, Phase 2, Fort Shafter Flats, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Kahauiki Stream Maintenance Dredging, Phase 2 project located at Fort Shafter Flats, Oahu, Hawaii. This design-bid-build project involves dredging and clearing two sections of Kahauiki Stream, cleaning two existing concrete culverts, and potentially replacing one culvert, with a focus on environmental compliance and best management practices throughout the process. The work is critical for maintaining the integrity of local waterways and ensuring proper drainage, which is vital for the surrounding infrastructure. Interested small businesses are encouraged to reach out to Kristin Schultz at kristin.e.schultz@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.