This document outlines the Performance Work Statement (PWS) for the provision of refuse collection and recycling services for the 99th Readiness Division. The contract, which is non-personal in nature, requires the contractor to furnish personnel, materials, and comply with local, state, and federal regulations while maintaining a clean workplace free of debris. The service delivery covers all specified contractor-provided containers per the detailed site plan, with an initial 12-month term and options for four additional years.
Key responsibilities include maintaining quality control standards, adhering to specific operational hours, and ensuring an adequate workforce. The contractor is required to provide a list of employees to the government and maintain professional standards in conduct and appearance. The document details disposal processes, such as managing non-marketable materials and ensuring safe handling of hazardous waste, which is explicitly excluded from the contract.
Furthermore, the contractor is required to maintain all equipment in satisfactory condition and comply with environmental regulations. A section addresses security requirements, mandating contractors to adhere to specified training and reporting protocols. This PWS serves as a framework that underpins the contractual obligations for waste management, reflecting governmental adherence to sustainability and safety standards in public service operations.
The U.S. Army Contracting Command – New Jersey has issued a Request for Information (RFI) regarding potential sources for Refuse Collection and Recycling Services for the 99th Readiness Division in Alexandria, VA. This RFI is intended for information and planning purposes only and does not obligate the Government to any future procurement. Interested parties are asked to indicate the appropriate NAICS code, particularly 562111 for Solid Waste Collection, and address any ambiguities in the draft Performance Work Statement (PWS) or facility maps. Additionally, respondents must provide a capability statement, past relevant work experience, and plans for subcontracting or teaming arrangements, if applicable. The submission should include the organization’s contact details, business size, socioeconomic status, and company profile. All responses should be directed to the Contract Specialist, Ronald M. Stinson, via email. This initiative signifies the government's effort to obtain necessary services while seeking input from potential vendors to ensure successful project execution.