Solid Waste Management FY25
ID: PANMCC24P0000021062Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-YUMA PROV GRDYUMA PROVING GROUND, AZ, 85365-9498, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Solid Waste Management Services at the U.S. Army Garrison Yuma Proving Ground (YPG) in Arizona. This non-personal services contract specifies that the Contractor will provide all necessary personnel, equipment, and materials for solid waste management while adhering to applicable federal, state, and local regulations. Key services include scheduled collection, waste diversion, event support, and disposal of non-hazardous contaminated soil, while excluding hazardous waste management. The Contractor is responsible for managing traffic during operations, restoring any damage to government property, and communicating effectively with the Contracting Officer (KO) and their representative. The contract operates on a Firm Fixed Price basis, with specific security and environmental compliance requirements established for contractor personnel. Additionally, the document details contractor responsibilities regarding training, roster management, contractor employee conduct, and emergency response protocols. The objective is to provide efficient waste management operations while prioritizing safety, legal compliance, and quality assurance. This PWS serves as a comprehensive guide for prospective contractors to understand the expectations and obligations inherent in delivering waste management services for YPG.
    The Performance Work Statement (PWS) outlines the requirements for Solid Waste Management Services at Yuma Proving Ground (YPG), Arizona, under a firm-fixed-price contract. The contractor is responsible for providing all necessary personnel, equipment, and materials to perform solid waste management tasks, ensuring compliance with applicable laws and regulations. Key services include scheduled collection, transportation, and disposal of non-hazardous solid waste, while maintaining traffic flow and restoring any government property damage caused during operations. The PWS highlights contractor responsibilities such as coordination with government personnel, adherence to specific performance standards, maintaining security, and ensuring environmental compliance. The document also specifies the hours of operation, emergency procedures, security requirements, and quality control measures. Emphasis is placed on ensuring personnel training in security and safety protocols, including anti-terrorism awareness. Overall, this PWS seeks to ensure efficient solid waste management while safeguarding government property and the environment, highlighting a comprehensive approach aligned with federal guidelines for government contracts.
    The document labeled "YPG" is a draft and lacks specific content to analyze. As it stands, there are no definable main topics, key ideas, or supporting details present in the text. The repeated use of the word "DRAFT" suggests it is a placeholder or work-in-progress intended for further development before finalization. Given the context of government RFPs, federal grants, and state/local RFPs, it appears that this file may require input or updates related to a broader project or funding opportunity, yet any specifics remain unspecified. Therefore, without additional content, a comprehensive analysis or meaningful summary cannot be constructed at this time, as the draft is not complete or informative regarding any particular initiative or proposal.
    The document outlines a list of quantities, sizes, and locations of various waste containers specified for different areas identified as HCA, Walker, LAAF, KFR, and Cibola. Each section details the building numbers, the number of containers, and their sizes, primarily 5-yard, along with some larger 20 and 40-yard containers, paired with specific geographic coordinates (latitude and longitude). The summary includes a total of 10 distinct areas with a combined count of waste containers, reflecting a comprehensive inventory for waste management within these locales. This structured data serves to facilitate the planning and implementation of waste disposal services in compliance with federal and local environmental regulations, aligning with broader government objectives for efficient solid waste management. The purpose appears to be for RFPs or grants related to waste management operations, showcasing a need for precise logistical planning.
    The document outlines workload data and historical refuse container distribution for fiscal year 2023, primarily associated with the Department of Public Works (DPW) and mission-related refuse management. It details various types of containers used, including permanent housing containers, food service containers, and temporary special event containers, along with their estimated annual usage. Key figures include 48 permanent 90-gallon housing containers, 1,920 five-yard containers for general refuse, and additional containers designated for special events, with specific allocations for weekly and monthly pickups. The data also highlights the need for larger roll-off containers during special events, with a total of 220 large containers accounted for. The purpose of this document appears to facilitate planning and resource allocation for waste management operations within the jurisdiction, ensuring adequate refuse collection and environmental compliance. This data is likely utilizado for responding to requests for proposals (RFPs) and grant applications, demonstrating the demand and organization within local waste management systems in alignment with governmental standards.
    The document outlines the collection and transfer services for various waste types, including non-hazardous solid waste, food waste, recyclables, and yard waste, detailing service frequency based on waste volume. It establishes minimum service requirements, divided into categories (Green, Amber, Red, and Black), indicating how often waste containers must be serviced, ranging from twice a week to once every two months, depending on waste type and fullness levels. Additionally, it emphasizes the importance of maintaining dumpster and container appearance and adjusting pickup schedules to mitigate odors and pest issues. The document suggests that costs for waste management should relate to the waste generated rather than fixed annual fees, aiming to optimize waste services and ensure compliance with sanitation standards. The overall purpose is to set clear guidelines for waste management services under federal or local RFPs and grants, prioritizing efficiency, environmental considerations, and community health. Through its structure, it serves as a framework for providers, outlining both routine and unscheduled services for varying waste classes.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Refuse and Recycling Collection Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Refuse and Recycling Collection Services to support the 99th Readiness Division at the Shawn M. Farrell II USARC located in Saugerties, NY. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to dispose of refuse and recyclables in accordance with the Performance Work Statement. These services are crucial for maintaining cleanliness and environmental compliance at military facilities. Interested contractors should contact Sameera Sharif at sameera.e.sharif.civ@army.mil or 609-562-7036, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335 for further details regarding the solicitation.
    FY 2025 - Non-Hazardous Solid Waste Landfill
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the disposal of Non-Hazardous Solid Waste at the Federal Correctional Institution in Yazoo City, Mississippi. The procurement involves managing the disposal of an estimated 3,000 tons of solid waste from October 1, 2024, through September 30, 2025, with a focus on compliance with Federal Acquisition Regulation (FAR) clauses to ensure responsible contracting and environmental management. This opportunity is crucial for maintaining operational efficiency and environmental standards within federal facilities. Interested bidders must submit their quotes using the provided SF 1449 form, specifically pages 1 and 4, via email to Carlos Tate at c3tate@bop.gov, with the solicitation number 15B31525Q00000001 guiding the submission process.
    Schriever SFB Integrated Solid Waste Management (ISWM) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified firms to provide Integrated Solid Waste Management (ISWM) services at Schriever Space Force Base (SFB) in Colorado. The procurement aims to gather capabilities and past performance data from potential contractors to ensure effective waste management and recycling services, which are critical for maintaining operational efficiency and environmental compliance at the base. Key requirements include the provision of personnel, equipment, and adherence to local, state, and federal regulations, with services expected to include regular waste collection, container maintenance, and special event support. Interested firms should submit their responses, including capability statements and contract experience references, to the primary contact, Stephen Cooper, at stephen.cooper.1@spaceforce.mil, and secondary contact, Emily Heck, at emily.heck@spaceforce.mil, by the specified deadline. Note that this is a Request for Information (RFI) and not a Request for Proposal (RFP); no contract will be awarded from this RFI.
    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.
    DLA Disposition Services Spain Hazardous Waste Removal Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified businesses for hazardous waste removal services at U.S. military installations in Spain, specifically Rota and Morón. The procurement involves the transportation and disposal of various types of hazardous and non-hazardous waste, including RCRA hazardous wastes, compressed gas cylinders, and polychlorinated biphenyls (PCBs), in compliance with local, state, and federal regulations. This contract is crucial for ensuring environmental safety and regulatory compliance in waste management operations at these military bases. Interested firms must submit a capabilities package by 1300 EST on August 25, 2024, to Jose Acevedo at jose.acevedo@dla.mil, with no late submissions accepted.
    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.
    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.
    Hazardous Waste Disposal San Diego
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste disposal services in San Diego, California. The procurement aims to identify capable firms, particularly those classified as 8(a), HUBZone, woman-owned, and service-disabled veteran-owned, to manage the transportation and disposal of various hazardous and non-hazardous wastes, including RCRA hazardous wastes, PCBs, and PFAS-related materials, in compliance with all applicable regulations. This contract is critical for ensuring safe and environmentally responsible waste management from military installations, with a proposed structure of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity Services Contract, anticipated to span a 30-month base period followed by a 30-month option period. Interested firms must submit a capabilities package by 11:00 EST on September 20, 2024, to Andrea Tichenor at andrea.tichenor@dla.mil, with further details available in the draft documents provided.
    Removal of LCAC rubberized trash material
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center in San Diego, is soliciting bids for the removal of LCAC (Landing Craft Air Cushion) rubberized trash material at Marine Corps Base, Camp Pendleton, California. The contract requires the placement and maintenance of two metal bins for trash collection, with services scheduled as needed from October 1, 2024, to September 30, 2025, while ensuring compliance with CDC COVID-19 guidelines and preventing debris-related damage to military crafts. This procurement is crucial for maintaining sanitation and operational readiness at the base, with a total estimated cost ceiling of $47 million for small businesses under NAICS Code 562111. Interested contractors must submit their quotes by September 17, 2024, and can contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or 619-556-6436 for further information.
    Solid Waste Disposal Services - MDC Guaynabo
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified contractors to provide Solid Waste Disposal Services for the Metropolitan Detention Center (MDC) located in Guaynabo, Puerto Rico. The procurement will involve an indefinite delivery/requirements contract with firm-fixed unit prices, covering a base period of 12 months and four optional one-year renewal periods at the government's discretion. These services are crucial for maintaining the cleanliness and operational efficiency of the facility, ensuring compliance with health and safety standards. The solicitation is expected to be released on or about September 25, 2024, and interested parties should monitor www.sam.gov for updates and further details. For inquiries, contact Sarah Burke at sburke@bop.gov.