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
    DFAC Food Waste Pick-Up and Disposal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for food waste pick-up and disposal services at various Defense Food Activity Centers (DFACs) located primarily at Schofield Barracks and Wheeler Army Airfield in Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation to ensure the sanitary disposal of food waste, adhering to local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency in waste management at military installations. Interested small businesses must submit their offers by 10:00 AM on May 16, 2025, and are required to be registered in the System for Award Management (SAM) database. For further inquiries, contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
    Solid Waste Management
    Buyer not available
    The Department of Defense, specifically the U.S. Army at Yuma Proving Ground, is seeking quotes for solid waste management services, including routine pickup and disposal of non-hazardous solid waste. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform these services in accordance with the Performance Work Statement (PWS), ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at military installations, with a total contract value of approximately $47 million. Interested vendors, particularly small businesses, must submit their proposals by May 19, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
    Waste Refuse Services for Fort Hunter Liggett, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide waste refuse services at Fort Hunter Liggett, California. The procurement involves a non-personal service contract that requires the contractor to supply all necessary personnel, equipment, supplies, and supervision to manage waste refuse support, including the rental and servicing of twenty 40-yard open top containers. This service is crucial for maintaining cleanliness and operational efficiency at the military installation. Interested small businesses can contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Refuse and Recycling Services for Multiple Sites in Missouri
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple sites in Missouri. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. These services are crucial for maintaining cleanliness and environmental standards at military facilities, with the contract period set from July 1, 2025, to June 30, 2026, and options for four additional twelve-month periods and a six-month extension. Interested parties can contact Kayla Christian at kayla.j.christian.civ@army.mil or by phone at 520-706-1227 for further details.
    Preventative Maintenance and Repair of Oil Water Separators, Interceptors and Sediment Catchment Systems
    Buyer not available
    The Department of Defense, specifically the Army's Regional Contracting Office in Hawaii, is seeking qualified small businesses to provide preventative maintenance and repair services for oil water separators, interceptors, and sediment catchment systems on the island of Oahu. The contractor will be responsible for a range of services including the removal, recycling, and disposal of non-hazardous oily fluids, as well as conducting quarterly preventive maintenance and emergency unscheduled services. This procurement is crucial for maintaining environmental compliance and operational efficiency at military installations, reflecting the government's commitment to engaging small businesses and supporting women-owned enterprises. The total award amount is estimated at $16.5 million, with bids due by June 5, 2025, and interested parties should direct inquiries to Travis Tonini at travis.c.tonini.civ@army.mil.
    USCG Base San Juan PR Refuse and Recycling Collection Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations from small businesses for refuse and recycling collection services at Base San Juan and Rio Bayamón Housing in Puerto Rico. The contract aims to ensure efficient waste management that complies with health and safety standards while providing excellent customer service, encompassing all necessary labor, equipment, and management as detailed in the Performance Work Statement. This initiative is crucial for maintaining sanitation and environmental standards within military housing and operational settings, reflecting the Coast Guard's commitment to a clean and healthy environment. Interested contractors must submit their quotations by 2:00 PM ET on May 16, 2025, and may direct inquiries to Contract Specialist Shelbie Phillips at shelbie.j.phillips@uscg.mil or Luis Torres at luis.j.torres@uscg.mil.
    Dry Dock Suction Chamber Cleaning
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a qualified contractor to perform cleaning and proper disposal of sediment from the Dry Dock Suction Chamber. The contractor will be responsible for providing all necessary labor, equipment, tools, and materials to remove approximately 1,500 cubic feet of sediment, ensuring compliance with safety and environmental regulations throughout the process. This contract is crucial for maintaining operational efficiency and environmental standards within the Navy's maintenance facility, reflecting the commitment to sustainability and regulatory compliance. Quotes are due by June 6, 2025, at 07:00 a.m. HST, and interested parties must contact Reid Saito or Evangeline Calaustro via email for further information.
    Short-Term Bulk Hospital Laundry Services for Tripler Army Medical Center and CPL Desmond T. Doss Health Clinic, Hawaii
    Buyer not available
    The Department of Defense is seeking qualified contractors to provide short-term bulk hospital laundry services for the Tripler Army Medical Center and CPL Desmond T. Doss Health Clinic in Hawaii. The contractor will be responsible for the facility, labor, equipment, and management necessary to clean and process government-owned linen, with a requirement to handle over 112,000 dry pounds of hospital laundry per month and ensure a 24-hour turnaround service. This procurement is critical for maintaining hygiene and operational efficiency in military healthcare facilities. Interested vendors must submit their capabilities and qualifications by May 16, 2025, at 8:00 AM Hawaii Standard Time, and should direct their responses to Ronnie Sakata at ronnie.t.sakata.civ@health.mil.
    Refuse Services - Fairview PA209
    Buyer not available
    The Department of Defense, through the Army Contracting Command - New Jersey (ACC-NJ), is seeking proposals from qualified small businesses for refuse services at the Fairview USARC located at 7001 Klier Drive, Fairview, PA 16415. The primary objective of this procurement is to ensure a clean and environmentally safe workplace by providing refuse collection services in accordance with the Performance Work Statement. These services are crucial for maintaining a hygienic environment free of debris and pests, thereby supporting the operational readiness of the facility. Interested vendors should contact Michael Hull at michael.j.hull40.civ@army.mil or 609-562-3133, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details, as this opportunity is set aside for small businesses under FAR 19.5.
    Refuse and Recycling Services for Multiple Sites in MN
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services for multiple sites in Minnesota, including four Army Reserve Centers. The procurement involves a non-personal services contract that requires the contractor to manage waste collection, maintain cleanliness around waste containers, and ensure compliance with federal waste management regulations. This contract is crucial for maintaining environmental standards and operational efficiency within military operations, with a performance period from July 1, 2025, to June 30, 2026, and options for renewal for up to four additional years. Interested parties, particularly small businesses, are encouraged to contact Breanna Huff at breanna.d.huff.civ@army.mil for further details and to ensure compliance with all solicitation requirements.