Recycling Containers
ID: Fa860125R0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Other Metal Container Manufacturing (332439)

PSC

SPECIALIZED METAL CONTAINER MANUFACTURING MACHINERY AND RELATED EQUIPMENT (3685)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of recycling containers through a Blanket Purchase Agreement (BPA) at Wright-Patterson Air Force Base in Ohio. The contract aims to supply various sizes of recycling containers, including 8 cubic yard and 30 cubic yard options, to replace existing units that have reached the end of their lifespan. This initiative supports the Air Force's commitment to sustainability and effective waste management practices. Interested small businesses must submit their proposals by April 3, 2025, at 10:00 AM Eastern Time, with a total master dollar limit of $499,000 for the BPA. For further inquiries, potential bidders can contact Amanda Cafarella at amanda.cafarella@us.af.mil or Edward A. Huchison at edward.huchison@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the purchase of solid waste and recycling containers at Wright-Patterson Air Force Base (WPAFB) in Ohio. It details the significant need for replacement of existing containers, which have a lifespan of about 8-15 years and currently number over 500 in inventory. The contractor is tasked with providing a variety of specified containers, including 8 cubic yard and 30 cubic yard options with particular design specifications for durability. Additionally, the document establishes requirements for the contractor regarding government property, data security, scheduling, and general operational guidelines while on the base. Key points include the need for prior notification for traffic disruption, adherence to state laws, and coordination with local authorities. The submission is to be managed by the 88th Civil Engineer Group, emphasizing government ownership of all produced materials. Overall, this RFP serves to ensure effective waste management and compliance with environmental standards at WPAFB, indicating the government's ongoing commitment to sustainability and maintenance of infrastructure.
    The document outlines a bid schedule and price list for recycling containers across multiple years, from 2025 to 2029. Various container types are listed, including 8 cubic yard (CY) standard duty slant tops, flat front loads, universal type luggers, and 30 CY standard duty rectangular and bathtub roll-offs. The schedule specifies the unit cost per each container type, along with projected quantities for each year. Notably, the document indicates that some container types have a quantity of zero, suggesting that they will not be ordered for certain years, while others have varying quantities based on anticipated needs. The pricing information is essential for procurement processes as it aids in budget planning and contractor selection. This bid schedule serves as part of the government’s broader initiative to procure recycling solutions effectively, ensuring sustainable waste management practices in compliance with federal and local guidelines for recycling and waste disposal.
    The Recycling Containers Bid Schedule outlines pricing and quantities for various recycling containers requested by the government for the years 2025 to 2029. The document includes multiple container types, such as slant top, flat front load, universal lugger, and roll-off containers, classified by standard duty and capacity, ranging from 8 cubic yards (CY) to 30 CY. For each year, the estimated quantities needed and corresponding costs per unit (to include shipping) are specified, with zero quantities noted for certain container types in specific years. The schedule serves as an integral part of government procurement processes, ensuring vendors understand the requirements for providing recycling containers that support municipal waste management goals. This file is relevant to both federal and local funding initiatives aimed at enhancing recycling efforts, thus promoting sustainability and environmental conservation.
    This government document addresses questions related to a Request for Proposals (RFP) concerning the supply of recycling containers. It clarifies two main queries posed by potential bidders. Firstly, it states that bids exceeding the BPA Master Dollar Limit of $499,000 will not be automatically rejected, as this figure is merely an estimate. Secondly, it confirms that a Technical Capability document is required as part of the quote submission. This document must demonstrate the offeror's capacity to fulfill the requirements, including providing specifications, prior experience, and relevant credentials related to the provision of recycling containers. Overall, the document aids bidders by clarifying submission requirements during the RFP process, ensuring they are well-informed as they prepare their proposals.
    The document outlines a solicitation for recycling containers through a Blanket Purchase Agreement (BPA) between the contractor and Wright Patterson Air Force Base. The BPA aims to provide various sizes of recycling containers to the base, with a total master dollar limit of $499,000. It specifies the contractor's obligations regarding delivery timelines (within 90 days of request), monthly spend reporting to the government point of contact, and terms for modification or cancellation with a 30-day notice. The effective period of the agreement spans five years, from April 1, 2025, to March 30, 2030. Payment methods include the Government Purchase Card for purchases under $25,000. Compliance with various federal procurement regulations and clauses is mandatory, emphasizing equitable treatment of small businesses, including those owned by women and economically disadvantaged individuals. The document serves as a framework for ensuring transparency, efficiency, and adherence to legal standards in government procurement processes, particularly for environmentally sustainable products.
    The document is an amendment to a solicitation issued by the U.S. Air Force, specifically related to the administration of contracts. The amendment's primary purpose is to extend the deadline for receiving offers and to clarify changes in the bid schedule attached to the original solicitation. The essential updates include specifying that the quantity column should include "Estimated" and that the "Cost per Unit" should also cover shipping costs. It mentions that all other terms of the original solicitation remain unchanged. Additionally, it outlines the procedures for contractors to acknowledge receipt of the amendment and the necessity for their compliance to avoid rejection of their offers. The document reflects the structured nature of government proposals, adhering to federal regulations for transparency and clarity in procurement processes.
    This document serves as Amendment 2 to a solicitation identified by contract ID FA860125R0013, extending the proposal submission deadline from March 13, 2025, to April 3, 2025, at 10:00 AM Eastern Time. The amendment includes instructions for contractors to acknowledge receipt of this amendment by various methods, including signing and returning copies or through electronic communication. It emphasizes that failure to acknowledge this amendment prior to the specified date may lead to rejection of the proposal. The document also outlines procedures for modifying offers already submitted and clarifies that all previous terms and conditions remain in effect, except as noted in this amendment. The official contacts are identified, ensuring open communication for any clarifications regarding the solicitation. This amendment, issued by the U.S. Air Force Life Cycle Management Center, indicates administrative updates to the contracting process and maintains adherence to federal regulations governing contract modifications.
    Lifecycle
    Title
    Type
    Recycling Containers
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    WPAFB Warehousing and Shipping Support located at Wright Patterson Airforce Base, OH.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified vendors to provide warehousing and shipping support services at Wright Patterson Air Force Base in Ohio. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the General Warehousing and Storage industry (NAICS code 493110). The services are critical for the efficient operation of military logistics and supply chain management. Interested parties should reach out to Brandon Gatz at brandon.h.gatz@usace.army.mil or call 502-315-6571, or contact Patrick Duggins at PATRICK.J.DUGGINS@USACE.ARMY.MIL or 502-315-6597 for further details.
    PortaJohn Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide portable restroom services through a blanket purchase agreement (BPA) for Maxwell Air Force Base (AFB) and its associated sites, including Gunter Annex and Lake Martin Recreation Area. The contractor will be responsible for supplying up to 200 portable toilets and 30 hand washing stations, ensuring proper setup, delivery, maintenance, and compliance with federal, state, and local regulations, while also being available for unscheduled services and responding to relocation requests within four hours. This procurement is critical for maintaining sanitation and hygiene standards at military installations, with quotes due by 12:00 PM CST on March 31, 2025. Interested parties should contact Marc Engel at marc.engel@us.af.mil or Darrell C. Ladnier at darrell.ladnier@us.af.mil for further information.
    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.
    WPAFB Warehousing and Shipping Support in Dayton, OH.
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is seeking proposals for warehousing and shipping support at the Special Warfare Distribution Center located at Wright-Patterson Air Force Base in Dayton, Ohio. The contractor will be responsible for inventory management, receiving, storage, and shipping of approximately 155,000 items, with a strong emphasis on compliance with International Traffic in Arms Regulations (ITAR) and the handling of hazardous materials. This procurement is critical for maintaining operational readiness and logistical support for military missions, particularly for specialized units within the Air National Guard. Proposals must be submitted electronically by 11:00 AM on April 1, 2025, and interested bidders are required to attend a mandatory site visit on March 18, 2025. For further inquiries, contact Brandon Gatz at brandon.h.gatz@usace.army.mil or Patrick Duggins at PATRICK.J.DUGGINS@USACE.ARMY.MIL.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    IFB 33-5008, SCRAP TIRES SALE, COLUMBUS, OH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of scrap tires located in Columbus, Ohio, under Invitation for Bids No. IFB 33-5008. The objective is to facilitate the environmentally responsible removal of an estimated 540,000 to 1,620,000 pounds of vehicular tires while minimizing disposal costs, with bidders required to comply with federal and state regulations regarding proper disposal methods and necessary permits. This procurement is significant for promoting sustainable waste management practices and ensuring compliance with legal and environmental standards. Interested bidders must submit their proposals via email by March 17, 2025, and are encouraged to inspect the property starting February 13, 2025; for inquiries, they can contact Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
    Dumpster Service for Tenkiller Lake (Brewers Pond Park/Cowlington Cove/Short Mountain Cove) Areas.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide dumpster services for Tenkiller Lake, Oklahoma, specifically at Brewers Pond Park, Cowlington Cove, and Short Mountain Cove areas. The procurement involves the transportation and equipment necessary for waste removal services, requiring three 20-30 yard dumpsters and the hauling off of full dumpsters at maximum allowable tonnage, with an estimated 15-20 full loads across three designated locations. This service is crucial for maintaining cleanliness and environmental standards within the park areas. The solicitation, designated as W912BV25QA009, is anticipated to be issued on or about March 14, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) at the time of quote and award, and should monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.