Integrated Solid Waste Management Services (ISWM)
ID: N6945024R0090Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, 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 Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting proposals for Integrated Solid Waste Management (ISWM) services at Naval Air Station Meridian, Mississippi. This procurement is a total small business set-aside, aimed at securing essential waste management services that comply with environmental regulations and performance standards. The contract will encompass both recurring and non-recurring ISWM services, with a performance-based approach emphasizing quality and accountability. Interested contractors must submit their proposals by October 10, 2024, and can direct inquiries to Lea Cook at lea.m.cook.civ@us.navy.mil or by phone at 601-679-2804. The contract is subject to wage determinations under the Service Contract Act, ensuring fair compensation for workers involved in the project.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 modifies solicitation N6945024R0090, transitioning the acquisition set-aside classification from HUBZone to Small Business. It incorporates essential clauses that were previously omitted, adjusts the base year performance period from 12 months to 11 months, schedules an additional pre-proposal site visit for prospective bidders, and extends the offer due date from September 13, 2024, to October 10, 2024. The second site visit is set for September 24, 2024, at NAS Meridian Contracting Office, encouraging potential bidders to physically assess the service conditions. The amendment emphasizes the limitations on subcontracting under FAR clause 52.219-14, ensuring that small business concerns retain a significant portion of the contract performance. Important changes to pricing details and delivery schedules are also noted within the amendment documentation. This document reflects the federal government’s commitment to facilitating participation from small businesses while ensuring compliance with regulatory requirements throughout the contracting process.
    The document presents the Wage Determination under the Service Contract Act, detailing pay rates and fringe benefits for various occupations in specific Mississippi counties. The minimum wage for contracts awarded after January 30, 2022, is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour, with specific fringe benefits mandated. A comprehensive list of occupations with corresponding wage rates is included, indicating that all employees must receive required health, welfare benefits, paid sick leave, vacation, and holiday pay. Additionally, the document underscores the obligations for contractors regarding wage compliance and worker protections under Executive Orders. The implementation of these wage determinations aims to ensure fair compensation for workers engaged in federal service contracts, promoting economic equity and adherence to labor standards. This reflects the government's ongoing commitment to worker rights within the framework of its contracting processes.
    The document outlines a Spill Prevention, Control, and Countermeasure (SPCC) Plan for managing hazardous materials at a facility. It emphasizes the importance of properly labeling, storing, and handling hazardous substances to prevent spills, with specific requirements for secondary containment and routine inspections. Key procedures for spill response are detailed, including immediate actions for minor and major spills, emergency contacts, and reporting requirements to regulatory agencies if spills exceed specified limits. Training and documentation are critical aspects, with all personnel expected to be well-informed on spill procedures and to maintain records in designated logs. Facility inspections are to be conducted regularly, assessing the overall safety practices and spill preparedness. The plan serves as a comprehensive framework for ensuring safety, compliance, and effective management of hazardous substances, highlighting the facility's responsibility to adapt the guidelines to its specific operations. This SPCC Plan, part of broader government initiatives, underscores the commitment to environmental safety and regulatory adherence in hazardous material management within various governmental contexts.
    The document outlines a series of requests for proposals (RFPs) related to Integrated Solid Waste Management (ISWM) services, specified under Solicitation Number N69450-25-D-XXXX. It includes multiple contract line item numbers (CLINs) for both recurring (CLIN 0001, 0003, 0005, 0007, 0009) and non-recurring services (CLIN 0002, 0004, 0006, 0008, 0010). Each CLIN delineates a set of Exhibit Line Item Numbers (ELINs) that correspond to different service locations (e.g., CNIC, RCTA, DECA, BUMED, NEX) requiring monthly or occasional waste management services. Offerors are instructed to propose detailed pricing reflecting the services rendered during a specified performance period, taking into account both direct and indirect costs. The document emphasizes the need for comprehensive service proposals and accurate pricing to ensure effective waste collection and disposal throughout the contract duration. By structuring the pricing tables for various services, the document facilitates transparency and competitiveness among potential contractors while outlining the government’s commitment to environmental management and sustainability.
    The document outlines the Performance Work Statement (PWS) for contractor services at Naval Air Station Meridian, Mississippi. Its primary purpose is to provide comprehensive details required for contractors to fulfill various operational needs, including labor, management, tools, materials, and other necessary resources for recurring and non-recurring tasks. Key sections include the Navy's performance-based service acquisition (PBSA) strategy, which emphasizes performance outcomes and measurable standards, as well as management and administration requirements detailed across various annexes. Contractors are expected to manage their work effectively, maintain safety standards, and adhere to guidance regarding environmental management and disaster preparedness. Specific roles such as the Project Manager and Quality Manager are highlighted, alongside stringent requirements for employee conduct, security, and insurance coverage. The document also specifies protocols for invoicing, inspections, and handling environmental concerns, ensuring compliance with federal, state, and local laws. The emphasis on accountability and risk management signifies the government's commitment to high-quality service delivery while fostering safety and legal adherence.
    The document provides a comprehensive overview of management and administrative procedures outlined in Section J – 0200000, which is part of a federal RFP for environmental and safety compliance. It includes various attachments detailing definitions, wage determinations, directives, forms, and an Installation Spill Prevention, Control, and Countermeasure Plan. Key roles such as the Contracting Officer, Contractor, and various representatives are defined, along with their responsibilities in contract monitoring and compliance oversight. The document emphasizes the importance of safety, particularly through the Contractor Significant Incident Report (CSIR), which mandates the reporting and investigation of incidents involving injuries, illnesses, or environmental impacts. It specifies the necessary form structure for documenting such incidents, including details about the circumstances, injuries, preventive actions, and compliance with safety standards. The purpose of this document is to ensure adherence to federal regulations regarding contract management and environmental protection, facilitating a structured approach to safety, performance assessment, and quality control in contractor operations. This is critical for maintaining workplace safety and environmental integrity within government-funded projects.
    The solicitation N6945024R0090 invites proposals for Integrated Solid Waste Management (ISWM) services over a multi-year contract. The contractor will provide recurring and nonrecurring ISWM services at specified locations, adhering to detailed performance work statements. The contract structure includes a base year and multiple option years, each incorporating requirements for annual recurring services and additional nonrecurring tasks as needed. Key evaluation factors will include the Contractor's pricing, demonstrated safety performance, and compliance with contract terms. Proposals must address labor, materials, and compliance with relevant federal regulations. The government seeks to select a responsible offeror based on a combination of price and technical capability, with specific attention to health and safety standards in executing the work. The due date for offers is set for September 13, 2024. The document further outlines administrative details, payment instructions, and requirements related to contractor performance and reporting.
    The government document is a Request for Proposal (RFP) for Integrated Solid Waste Management (ISWM) services, specifically designated under solicitation number N6945024R0090. The proposal involves a total small business set-aside, adjusting the procurement classification, and reintroducing key clauses regarding subcontracting limitations. A pre-proposal site visit is scheduled to help potential contractors understand service expectations. The amendment extends the submission deadline to October 10, 2024, and alters the base year period to 11 months. The contract outlines recurring and non-recurring ISWM services across multiple years, detailing performance expectations and financial terms. It emphasizes a performance-based procurement approach, incorporating specific deliverables and a structured evaluation process. The proposal mandates thorough compliance with various Federal Acquisition Regulations (FAR), particularly regarding service quality, price evaluations, and the submission of prices in a detailed electronic format. The primary aim is to secure contracts from small businesses to carry out essential waste management services effectively. Overall, this document reflects best practices in government procurement for services aligned with environmental regulations and performance standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--Integrated Solid Waste for Naval Base Coronado
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking integrated solid waste services for Naval Base Coronado. This service is typically used for the collection, transportation, and disposal of solid waste generated at the base. The procurement notice indicates that a sole source contract will be awarded to EDCO Disposal Corporation. Interested parties must submit their ability to satisfy this requirement via email. It is important to note that this notice of intent is not a request for competitive proposals.
    Facility Investment for Regional Maintenance of Grease Trap Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking qualified contractors for a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on providing Facility Investment services for grease trap maintenance at various Naval facilities in Virginia. The contractor will be responsible for all labor, management, supervision, tools, materials, and equipment necessary for both recurring and non-recurring services related to grease traps, kitchen exhaust systems, and other related facilities. This procurement is crucial for maintaining compliance and safety in facility operations, ensuring effective service delivery across multiple installations. The solicitation is set to be posted electronically on SAM.gov by September 18, 2024, with proposals due at least 30 days thereafter. Interested contractors must register in the System for Award Management (SAM) to be eligible for award, and inquiries should be directed to Asia Bracey at asia.c.bracey.civ@us.navy.mil or by phone at 757-341-1226.
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure and a performance work statement detailing specific requirements. Proposals are due by 1500 EST on October 4, 2024, and interested parties should direct inquiries to Raymond Empie at raymond.empie@dla.mil or by phone at 269-961-5034.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    FY26 Integrated solid waste management (Refuse) JBER AK
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Integrated Solid Waste Management services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for managing the collection, processing, and disposal of municipal solid waste across approximately 461 locations on the base, adhering to all relevant federal, state, and local regulations. This procurement is particularly significant as it emphasizes environmental stewardship and compliance with waste management standards, with a total evaluated contract value of $1,440,270 over a base year and four option years. Interested small business firms under the 8(a) program must submit proposals by September 23, 2024, and can direct inquiries to primary contact Clifford Dockter at clifford.dockter@us.af.mil or secondary contact Zachary Braum at zachary.braum@us.af.mil.
    Aircraft Latrine Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Latrine Service at Keesler Air Force Base in Biloxi, Mississippi. The contract requires the contractor to provide comprehensive cleaning and recharging services for aircraft lavatories, adhering to specific operational standards and environmental regulations, with a performance period from October 1, 2024, to September 30, 2025. This service is critical for maintaining the operational readiness of WC-130J and C-130J aircraft, ensuring compliance with federal labor laws and supporting fair labor practices as outlined in the Wage Determination document. The estimated total award amount for this contract is $9 million, and interested parties should direct inquiries to Dalwyn Corporan-Polanco at dalwyn.corporan-polanco@us.af.mil or Priscilla Brown at priscilla.brown.5@us.af.mil.
    Solid Waste Management FY25
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, is conducting market research for Solid Waste Management Services for fiscal year 2025. The procurement aims to identify qualified contractors capable of providing comprehensive solid waste management, including the collection, transportation, and disposal of non-hazardous solid waste, while ensuring compliance with applicable laws and maintaining environmental standards. This initiative is crucial for supporting the Department of Public Works at the U.S. Army Yuma Proving Ground, ensuring efficient waste management operations that align with federal guidelines. Interested parties can reach out to Damaris Castillo at damaris.i.castillo.civ@army.mil or call 928-328-2834 for further information, noting that this is a Request for Information (RFI) and not a solicitation for proposals.
    Nimrod Blue Mountain Solid Waste/Refuse Disposal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Solid Waste Collection and Disposal Services for the Nimrod Blue Mountain Project in Arkansas. The contract entails the complete removal of trash and debris from designated dumpsters on scheduled service days, as well as optional unscheduled service days, ensuring cleanliness and maintenance of the surrounding areas. This service is crucial for the management of solid waste at recreational and administrative sites around Nimrod Lake and Blue Mountain Lake, which serve as flood control reservoirs. Interested parties must submit their quotes electronically by September 20, 2024, and can contact Ashley Stokes at ashley.m.stokes@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil for further details.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. This procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on providing essential support services for facilities, installed equipment, and systems within the complex. The contract will be structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity agreement, covering a base year with four optional years, and emphasizes compliance with the Service Contract Act regarding wage determinations. Proposals are due by October 8, 2024, and interested vendors can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further inquiries.