DE-PRIME HOOK NWR-PRIME HOOK DUMPSTER
ID: 140FS325Q0052Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Solid Waste Collection (562111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide dumpster rental and debris removal services at the Prime Hook National Wildlife Refuge in Delaware. The procurement involves the removal of construction and demolition debris, specifically requiring separate 30-yard dumpsters for general debris and clean concrete, with services needed from July 7 to July 28, 2025. This initiative is crucial for maintaining environmental standards and effective waste management at a federal wildlife refuge, ensuring compliance with local and state regulations. Interested vendors must submit their quotes by March 27, 2025, with an anticipated award date of April 10, 2025. For further inquiries, potential bidders can contact Keith Rose at keith_rose@fws.gov or by phone at 612-713-5423.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-4271 under the Service Contract Act (SCA), administered by the U.S. Department of Labor. Effective for contracts awarded or renewed after January 30, 2022, the minimum wage must be at least $17.75 per hour for covered workers performing under the contract in 2025, in line with Executive Order 14026, while contracts between January 1, 2015, and January 29, 2022, must adhere to a $13.30 minimum under Executive Order 13658 if not extended post-2022. It includes wage rates for various occupations within Delaware, Maryland, and provides details on fringe benefits, such as health & welfare, vacation, and holiday requirements. Specific rates for numerous job classifications are listed, with notes explaining conditions for higher minimum wages and the eligibility for paid sick leave under Executive Order 13706. The conformance process for any unlisted classification is detailed, establishing guidelines for contractors to classify additional roles and ensure compliance with wage regulations. This document serves to inform contractors about compensation regulations, protecting worker rights and promoting fairness in government contracts. The context emphasizes regulatory adherence within government RFPs and contracts for service-related work.
    The document outlines a Request for Proposals (RFP) related to debris removal and dumpster rental services at Prime Hook National Wildlife Refuge (NWR). It instructs potential quoters to meticulously review contract documents, which include government forms, contract clauses, and site conditions, prior to submitting their bids. The primary service sought involves the removal of debris from a demolition project, specifically construction and demolition (C&D) materials and concrete. Quotations must detail initial delivery charges, per haul fees, and per ton fees for both types of materials. Companies interested in the project are encouraged to provide their contact information, ensuring all bidders are prepared and informed about the requirements and local conditions impacting the work. The RFP emphasizes the importance of familiarity with the site, which underlines its commitment to thorough and compliant project management practices. Overall, it serves as a formal solicitation for contractors to contribute to environmentally responsible debris management at a federal wildlife refuge.
    The file outlines a Request for Proposal (RFP) for dumpster rental and disposal services for demolition debris at Prime Hook National Wildlife Refuge in Smyrna, Delaware. The project involves providing separate 30-yard dumpsters for general demolition debris and clean concrete from a single structure, with no hazardous materials detected. Contractors must offer pricing that includes initial delivery, per haul, and per ton disposal fees for both material types. The dumpster services are needed from July 7 to July 28, 2025, with flexibility for up to eight exchanges daily based on operational needs and logistics managed by refuge staff. Documentation will involve written tickets and timely reporting of disposal weights to track loads accurately. The contract emphasizes recycling and adherence to local and state transportation regulations. Interested vendors can contact David Miller, the Project Coordinator, for further details regarding site-specific requirements. This RFP reflects the government’s procedural standards for waste management in environmental sites, contributing to ecological responsibility and efficient project execution.
    The document is a "Past or Present Performance Survey" designed for organizations seeking government contracts or grants. It gathers essential details about a company's information, including its address, organizational structure, and key leadership members. The primary focus is on detailing completed or ongoing contracts, particularly those with government entities, though non-government contracts are acceptable if applicable. For each contract listed, the survey seeks comprehensive information such as the contracting agency, project title, scope of work, company role (either as prime, joint venture, or subcontractor), subcontracted work details, contract value, period of performance, quality control measures, safety plans, and any challenges encountered during execution. The structure is clear and systematic, guiding the respondent through various contracts, allowing space for responses, and culminating in a certification section for the survey preparer to confirm the information's accuracy. The overall objective of the survey is to evaluate a firm’s past performance, an essential criterion for federal and state/local RFPs and grants, helping agencies assess reliability, quality, and safety standards adherence in potential bidders.
    The document outlines the Request for Quote (RFQ) 140FS325Q0052 for Dumpster Rental and Debris Removal Services for the U.S. Fish and Wildlife Service (USFWS) at Prime Hook National Wildlife Refuge (NWR), DE. The solicitation aims to procure services, specifying that it is a Small Business Set-Aside under NAICS Code 562111. Quotes are due by March 27, 2025, with an anticipated award date of April 10, 2025. Key requirements include technical capabilities, a detailed management plan, and past performance evidence from similar projects. Offerors must be registered in the System for Award Management (SAM) and provide a completed Standard Form 1449 for submission. The evaluation will consider technical experience, approach, management personnel, and past performance, with the expectation that price is not the only determining factor. The document emphasizes the government's intention to award a Firm-Fixed Price commercial order, ensuring compliance with FAR clauses and directives related to government contracting. This solicitation serves to involve qualified vendors in enhancing operational effectiveness for waste management at the Prime Hook NWR while adhering to federal procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DUMPSTER RENTAL GREAT SWAMP NWR NEW JERSEY
    Buyer not available
    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting bids for dumpster rental and disposal services at the Great Swamp National Wildlife Refuge in New Jersey. The contract requires the provision of separate dumpsters for clean concrete and general demolition debris to facilitate the removal of materials from three designated locations, with a focus on efficient waste management and environmental compliance. This procurement is crucial for supporting the demolition of structures while adhering to local and state regulations, with the service period anticipated from July 2025 to October 2026. Interested contractors must submit their bids by March 26, 2025, and can direct inquiries to Contracting Officer Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.
    MN-MN VLY NWR-GAOA BLDG DEMO DUMPSTER
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for dumpster rental and disposal services at the Felber Waterfowl Production Area in Waseca, Minnesota. The project involves managing demolition debris from multiple structures, requiring vendors to provide dumpsters for both clean concrete and general demolition debris, with a total of 816 cubic yards of general debris and 414 cubic yards of concrete to be processed. This procurement is crucial for ensuring efficient waste management and recycling in compliance with local and state regulations. Interested vendors should note that the service period is from March 31, 2025, to April 11, 2025, with quotes due by the specified deadline, and can contact Renee Babineau at reneebabineau@fws.gov or 404-679-7349 for further inquiries.
    S--CO NATL BLCK-FTD FERRET CONSERV CT - Trash Removal
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking contractors for a five-year Blanket Purchase Agreement (BPA) focused on trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. The primary objective is to ensure bi-weekly removal of waste, including animal waste and general trash, from designated containers to support the Center's conservation efforts for the endangered black-footed ferret. This procurement is crucial for maintaining a clean environment that facilitates the breeding and reintroduction of ferrets into the wild, with a strong emphasis on compliance with federal regulations and environmental standards. Interested vendors must submit their quotes by March 21, 2025, to the designated contracting officer, Dana Arnold, at danaarnold@fws.gov, with the BPA set to commence on March 28, 2025.
    S--Sources Sought Synopsis Newton, Provo, PG Dumpster
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking information from potential vendors for garbage and waste collection services at facilities located in Newton, Provo, and Pleasant Grove, Utah. The primary requirements include providing four 4-cubic yard dumpsters at designated sites and conducting regular waste removal services—twice weekly in Provo and once weekly in Newton and Pleasant Grove—while adhering to a consistent schedule, barring any holidays or delays. This Sources Sought Synopsis aims to identify small businesses capable of fulfilling these needs, reflecting the government's commitment to engaging small enterprises in its operational requirements. Interested vendors should submit their responses electronically, including business size and contact information, to Timothy Leff at tleff@usbr.gov by the specified deadlines.
    JANITORIAL SRVS JOHN HEINZ NWR, Philadelphia, PA
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified contractors to provide janitorial services at the John Heinz National Wildlife Refuge in Philadelphia, PA, covering one base year and four option years. The contractor will be responsible for comprehensive cleaning of various facilities, including the Administrative Building, Visitor Center, Education Center, and outdoor restrooms, ensuring compliance with COVID-19 guidelines and maintaining high hygiene standards. This initiative is crucial for maintaining clean and attractive facilities that support public services and environmental stewardship. Interested vendors should contact Todd Annes at toddannes@fws.gov or call 413-253-8708 for further details, and a site visit is scheduled for March 13, 2025, at 10:00 AM ET.
    Manure Removal Services-Washington D.C. Metro Area
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide manure removal services for the United States Park Police's Horse Mounted Patrol Unit in the Washington D.C. Metro Area. The contract, designated as a Firm-Fixed Price award, requires vendors to manage all aspects of manure removal, including providing dumpsters and ensuring compliance with disposal regulations, with an initial term from April 16, 2025, to April 15, 2026, and options for four additional years. This procurement is crucial for maintaining sanitary conditions at the stables, supporting the operational efficiency of the equestrian unit. Interested vendors must submit their quotes electronically to Michelle Shoshone at michelleshoshone@nps.gov by 5:00 PM EST on March 24, 2025, and are encouraged to demonstrate their capabilities in accordance with the outlined requirements.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide mowing and landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. This procurement, designated under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to maintain the refuge's grass height below three inches from April to November, with weekly mowing and trimming tasks. The contract, valued at $9.5 million, emphasizes the importance of environmental stewardship and aesthetic maintenance in sensitive areas, while promoting participation from small and Indian businesses in federal contracting. Interested bidders must submit their quotations by March 27, 2025, following a site visit on March 20, 2025, and should contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further details.
    LA-BAYOU SAUVAGE NWR-RIDGE TRAIL LUMBER
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to supply lumber for the rehabilitation of the Ridge Trail at the Bayou Sauvage National Wildlife Refuge in Louisiana. This procurement involves providing various construction materials, including treated lumber, timber screws, and other essential items for the repair and replacement of over 3,300 feet of boardwalk. The project is crucial for maintaining the structural integrity and environmental stewardship of recreational facilities within the refuge. Interested parties must submit their offers by March 26, 2025, with delivery of the materials required by April 27, 2025. For further inquiries, vendors can contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
    56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking contractors to furnish and deliver various construction materials for a project at Chincoteague National Wildlife Refuge. The procurement includes approximately 8,730 tons of asphalt base, 10,000 tons of asphalt top, 10,440 gallons of asphalt tack coat, and various sizes of concrete and polyethylene pipes, among other materials, all of which must meet Virginia Department of Transportation and ASTM standards. This project is crucial for maintaining infrastructure within protected lands and is scheduled for performance from April 1, 2025, to June 30, 2025. Interested vendors must submit their quotations by March 21, 2025, and can direct inquiries to Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387.