TRASH REMOVAL SERVICES-MCCLELLAN
ID: HQC00525RE008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE COMMISSARY AGENCY (DECA)DEFENSE COMMISSARY AGENCYLACKLAND AFB, TX, 78236#, 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, through the Defense Commissary Agency (DECA), is seeking proposals from qualified small businesses for trash removal services at the McClellan Commissary in California. The contract will encompass regular solid waste pickups, organic waste collection, and recycling services, adhering to a specified schedule as outlined in the Statement of Work. This procurement is crucial for maintaining cleanliness and compliance with environmental standards at the commissary, reflecting the government's commitment to sustainable waste management practices. Interested contractors must submit their proposals by August 25, 2025, at 4:00 PM EST, and can direct inquiries to Marcella Simmons at marcella.simmons@deca.mil or Robert French at robert.french@deca.mil.

    Files
    Title
    Posted
    The document outlines a solicitation for waste management services, specifically detailing the collection of solid waste, organic waste, and recyclable materials. It establishes a regular pickup schedule that involves three pickups per week for solid waste, totaling 156 pickups annually and requiring a maximum capacity of 3,792 cubic yards per year. Organic waste is to be collected using two 1 cubic yard containers with similar frequency, while recyclable waste includes one 96-gallon container to be emptied bi-weekly for a total of 26 pickups each year. Furthermore, the document specifies terms for extra pickups of solid and organic waste, as well as recyclables, dictating limits on quantities and response times for service requests. All pickups are scheduled for specific days—Monday, Wednesday, and Friday—and require the contractor to provide secure containers with appropriate signage to deter illegitimate dumping and maintain hygiene. The document is structured with a clear breakdown of line item numbers (CLINs) for each service category and reflects a firm fixed-price pricing arrangement. Overall, this solicitation emphasizes the importance of regular waste collection and management in compliance with local regulations and standards, facilitating bids from contractors capable of meeting these defined requirements.
    The McClellan Commissary in McClellan, CA, is seeking a contractor for comprehensive trash, recyclables, and organic waste removal/disposal. The contractor is responsible for all personnel, equipment, and compliance with relevant local, state, and federal regulations. Key duties include maintaining clean and sanitized waste containers and adhering to collection schedules: solid waste pickups occur three times weekly, organic waste twice a week, and recyclables biweekly, with provisions for extra collections as needed. The contractor must also establish clear communication with the commissary's Store Director and ensure that all pickups adhere to environmental standards set by the EPA. Containers must be secure and accessible, with the contractor responsible for any spills during transportation. The government reserves the right to amend pickup frequency and container requirements with notice. This contract reflects the government's commitment to sustainable waste management practices while maintaining compliance with environmental protocols.
    This document outlines the acceptance locations and criteria for multiple delivery items associated with the McClellan Commissary in McClellan, California. Each item lists the same acceptance location as the COMMMISSARY RESALE STORE located at 5507 Dudley Blvd, BLDG 910, McClellan, CA 95652, indicating a centralized process for receiving goods. The delivery instructions emphasize adherence to the specific acceptance and inspection criteria detailed in the Statement of Work (SOW) relevant to this procurement. The uniformity of the delivery addresses across multiple items suggests a streamlined logistics approach for the government in fulfilling its procurement needs for the commissary. This document is part of a broader initiative involving federal Requests for Proposals (RFPs) and grants focused on supply chain and logistics operations within government facilities, demonstrating an effort to ensure consistent quality and compliance in the delivery process.
    The document outlines the Offeror Representations and Certifications for Commercial Products and Services as part of governmental procurement processes. It stipulates that offerors must complete specific sections based on their compliance with annual representations and certifications in the System for Award Management (SAM). Key definitions include "covered telecommunications equipment," "economically disadvantaged women-owned small business," and "forced or indentured child labor." The provision emphasizes the ownership and control of the offeror, with terms like "highest-level owner" and "immediate owner" clarifying the relationships between entities involved. The document also highlights the exclusions regarding manufactured end products under specified product and service codes. Overall, this provision aims to ensure compliance and transparency from businesses seeking government contracts, supporting federal initiatives to promote fair business practices and social responsibility, particularly concerning disadvantaged groups and child labor issues.
    This document outlines the addendum to FAR 52.212-4, detailing contract terms and conditions for commercial items relevant to federal contracts. It specifies two types of modifications: unilateral modifications by the Government for administrative purposes, and bilateral modifications requiring mutual agreement for adding or deleting items. Contractors are instructed to notify the contract administration office of any changes in the company name or ownership to avoid payment delays. Monthly invoicing is required post-service delivery, and adherence to electronic invoicing via the Wide Area WorkFlow (WAWF) system is mandated. Additionally, contractors must comply with labor standards by obtaining and posting relevant labor rights publications. Continuous registration with the System for Award Management (SAM) is required throughout the contract's duration. Lastly, all contract documents will be accessible through the Department of Defense Electronic Document Access system. This addendum emphasizes procedural compliance and the importance of maintaining up-to-date documentation for efficient contract execution and payment processes.
    This document outlines the contract terms and conditions required under the Federal Acquisition Regulation (FAR) for contracting with commercial products and services. It specifically details various clauses that contractors must comply with, ensuring adherence to statutes and executive orders relevant to federal contracts. Key clauses include prohibitions on certain internal confidentiality agreements, contracting with entities like Kaspersky Lab, and restrictions on telecommunications services. Additionally, it mandates compliance with regulations to expedite payments to small business subcontractors and to ensure transparency regarding employment rights and labor standards. The document enumerates obligations concerning subcontracting, minority business participation, and labor laws, including the prohibition of child labor and ensuring equal opportunity in employment practices. The overarching purpose is to ensure that federal contractors uphold legal standards, promote fair labor practices, and protect the government’s interests throughout the contracting process.
    The document outlines various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that are incorporated by reference for government contracts. It includes specific titles, effective dates, and any amendments or deviations related to each clause. Key topics covered include prohibitions on contracting with certain entities (such as those linked to Kaspersky Lab and the Maduro regime), requirements for the safeguarding of defense-related information, and essential terms regarding payment processes and subcontracting. The clauses address compliance regulations, promoting sustainability, and ensuring the protection of personnel rights. This compilation serves as a critical reference for contractors participating in federal and defense contracting, ensuring adherence to legal and regulatory standards while fostering responsible business practices. The inclusion of both FAR and DFARS clauses signifies the importance of maintaining security and ethical standards in procurement processes.
    This document outlines various clauses relevant to government contracts, particularly focusing on the process and requirements for payment and contract extension. Key areas include the Wide Area Workflow (WAWF) Payment Instructions, detailing the electronic invoicing procedures, training, and specific document submissions required for payment requests. Additionally, it addresses the Government's options to extend services and contract terms, stipulating a six-month service extension and a 60-month contract term maximum. It emphasizes the limitation of the Government's obligations regarding incremental funding, outlining contractor responsibilities when nearing funding limits. Furthermore, it includes guidelines from the Federal Acquisition Supply Chain Security Act, indicating prohibitions on using covered articles based on security directives. Evaluation factors for award consider technical capability, past performance, and pricing, ensuring a fair and comprehensive review of proposals. The Government seeks responsible offerors who can demonstrate the ability to fulfill contract requirements effectively. This document serves as a critical reference for contractors responding to Requests for Proposals (RFPs) and informs them of applicable regulations and evaluation methodologies.
    This document serves as an addendum to the FAR 52.212-1 instructions for submitting quotes related to a government solicitation classified under NAICS Code 562111, with a size standard of $47 million. Prospective contractors must complete electronic annual representations and certifications at the SAM website, identifying their business size status. Required submissions include pricing, past performance references, and various required certifications concerning unpaid tax liabilities and felony convictions. Contractors are also mandated to provide a Unique Entity Identification number and demonstrate compliance with applicable laws in waste handling. The government mandates a minimum acceptance period of 90 days for quotes, and site visits may be scheduled, though they are not compulsory. A notice of award will confirm a binding contract without further action if issued within the quote acceptance timeframe. This document outlines essential requirements and conditions relevant to federal procurement processes, emphasizing compliance, technical capacity, and past performance as critical evaluation criteria for potential contractors in service contracts.
    The document outlines a combined synopsis/solicitation for commercial trash removal services at the McClellan Commissary, identified by solicitation number HQC005-25-R-E008. This Request for Proposal (RFP) is specifically set aside for small businesses, with a NAICS code of 562111 and a size standard of $47 million. The government plans to award a Firm-Fixed Price (FFP) contract for regular solid waste, organic waste, and recycling pickups, as detailed in the statement of work. The contract will span from October 1, 2025, with options to extend through September 30, 2030. Key evaluation criteria for proposals include Technical Capability, Past Performance, and Price. Contractors are required to adhere to various Federal Acquisition Regulations (FAR), and must submit their proposals by August 25, 2025, at 4:00 PM EST. Important attachments related to the solicitation are referenced for further details on pricing, work statements, and conditions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    SHELF STOCKING, CUSTODIAL, AND RECEIVING, STORAGE, AND HOLDING AREA SERVICES AT THE MACDILL AFB COMMISSARY
    Buyer not available
    The Department of Defense, through the Defense Commissary Agency (DECA), is soliciting proposals for shelf stocking, custodial, and receiving, storage, and holding area services at the MacDill Air Force Base Commissary in Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which is vital for providing quality goods and services to military personnel and their families. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the NAICS code 561990 and PSC code S299. Interested vendors should reach out to James Beck at JAMES.BECK@DECA.MIL or 804-734-8000, or Taleah Wheaten at taleah.wheaten@deca.mil for further information regarding the solicitation and any amendments.
    Shelf Stocking, RSHA, and Custodial Services at the MacDill AFB Commissary
    Buyer not available
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide shelf stocking, receiving, storage, and custodial services at the MacDill Air Force Base Commissary in Tampa, Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which serves military personnel and their families by providing essential grocery and household items. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to James Beck at JAMES.BECK@DECA.MIL or by phone at 804-734-8000 for further details. The presolicitation notice indicates that the contract will be awarded based on the qualifications and past performance of the bidders.
    W911SA26QA046 Refuse and Recycling Services for MI043 (MS)
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide refuse and recycling services for multiple Army Reserve locations in Michigan under the solicitation W911SA26QA046. The contract entails non-personal services as outlined in the Performance Work Statement (PWS), covering various sites including Ann Arbor, Bay City, Fraser, Inkster, Jackson, Livonia, Southfield, and Saginaw. This procurement is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring efficient waste management practices. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Nathan Coleman at nathan.a.coleman2.mil@army.mil or call 520-671-7615 for further details, with the contract period commencing on January 1, 2026, and extending through four optional periods.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Western Regional HW Incineration
    Buyer not available
    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.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.
    Trash Disposal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.