S--LACL - WASTE AND RECYCLE DISPOSAL
ID: 140P9725Q0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, 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 the Interior, through the National Park Service, is soliciting proposals for waste and recycling disposal services at Lake Clark National Park and Preserve in Alaska. The contract, which is set aside for small businesses, requires the contractor to manage the removal of various waste types, including recyclable materials and landfill waste, while adhering to state and federal disposal laws. This initiative is crucial for maintaining environmental standards and ensuring the park's cleanliness and sustainability. Interested vendors must submit their quotes by January 22, 2025, and can direct inquiries to Janet Milson at janet_milson@nps.gov or by phone at 907-201-2581. The contract performance period is from May 1, 2025, to April 30, 2030, with a firm fixed price structure.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-5687 from the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in Alaska. It sets two wage tiers based on contract award dates: contracts from January 30, 2022, and after require at least $17.20 hourly, while those awarded between January 1, 2015, and January 29, 2022, require $12.90 hourly unless specified otherwise. Various job classifications within administrative, food service, automotive, health, and IT occupations are listed with respective hourly rates. Furthermore, it highlights contractor obligations for paid sick leave and the provision of health and welfare benefits, including vacation and holiday entitlements. Specific details, including requirements for additional classifications or wage adjustments, aim to ensure fair compensation and adherence to labor standards. This document serves as a critical guideline for contractors involved in federal contracts, ensuring compliance with federal wage laws during contract execution.
    The document outlines Wage Determination No. 2015-5687 under the Service Contract Act, detailing wage and benefit requirements for federal contracts in Alaska. Contracted employers must comply with minimum wage rates dictated by Executive Orders 14026 and 13658, effective for contracts from January 30, 2022. For 2025, the minimum wage is set at $17.75 per hour for contracts after January 30, 2022, while contracts awarded between January 1, 2015, and January 29, 2022, have a set rate of $13.30 per hour if not renewed or extended. The document lists various occupations with corresponding wage rates, fringe benefits including mandatory health and welfare compensation, vacation, and paid sick leave as per Executive Order 13706. Specific classifications may require additional wage rates through a conformance process if not listed. The document emphasizes compliance with labor standards, recording specific job titles and responsibilities for contractors while ensuring protection of workers' rights and fair compensation under federal contracts. It serves as guidance for both federal and state/local RFPs, ensuring appropriate labor conditions in government-related work.
    This government document serves as an amendment pertaining to the solicitation for the removal of waste and recyclables from Lake Clark National Park and Preserve. It details the process for acknowledging the amendment, including requirements for contractors regarding receipt confirmation. The amendment clarifies that this is a new contract without any incumbent and provides answers to vendors' questions about operational specifics. Key points include the contractor's responsibility for adhering to state and federal waste disposal laws, the flexibility in scheduling waste pickups within seasonal constraints, and requirements regarding packaging and disposal locations. The document emphasizes that contractors must have appropriate insurance and allows for inflation adjustments in pricing for option years. The overall schedule for performance spans from May 1, 2025, to April 30, 2030, with a firm fixed price structure. This document illustrates the thorough communication and procedural guidelines typical of government Request for Proposals (RFPs).
    The government document is an amendment to solicitation number 140P9725Q0007, concerning the removal of waste and recyclables from Lake Clark National Park and Preserve. It outlines the importance of acknowledging the amendment by potential offerors, detailing methods such as including acknowledgment on submitted copies, through separate correspondence, or via electronic communication. The amendment addresses vendor inquiries, notably the availability of safety data sheets for bear spray and the process for scheduling site visits. The period of performance for the contract is specified as May 1, 2025, to April 30, 2030, with a firm fixed price arrangement. Overall, this amendment serves to clarify questions from vendors and ensure compliance with updated terms, emphasizing the operational requirements related to waste management in the national park context.
    The document outlines Amendment No. 3 for solicitation 140P9725Q0007, concerning the removal of waste and recyclables from Lake Clark National Park and Preserve. It specifies the importance of acknowledging the amendment to prevent bid rejection, stating that contractor responses to the solicitation must be received by the specified deadline. The main purpose of the amendment is to provide vendors with responses to questions asked during the proposal phase, noting that no further questions will be accepted moving forward. Key details include confirmation that while the government can assist with loading if a vendor leaves a trailer on-site, equipment and operators can also be hired locally in Port Alsworth, AK. Additionally, the period of performance for this contract spans from May 1, 2025, to April 30, 2030. The document emphasizes adherence to the contract's terms and conditions after any amendments. Overall, this amendment facilitates clearer communication and logistical support for vendors involved in the waste management initiative at the park.
    This document outlines an amendment (No. 4) to a federal solicitation for the removal of waste and recyclables from Lake Clark National Park and Preserve. It includes a series of vendor questions and answers aimed at clarifying contract details, and it updates wage determination information. Key points cover the expectations regarding packing materials; the National Park Service will provide these, though scrap metal bins are to be returned annually. The document specifies average item weight concerns, detailing an annual maximum weight of 1,000 lbs for aluminum through four 250 lb sacks. Additionally, it identifies two options for barge services relevant to the contract. The period of performance for the contract is set from May 1, 2025, to April 30, 2030, and it is emphasized that no further questions will be answered moving forward. The structured amendment serves to ensure all parties are informed of updates and clarifications, ensuring compliance with federal contracting protocols.
    The solicitation document pertains to a Request for Quotation (RFQ) 140P9725Q0007 issued by the National Park Service for waste and recycling removal services at Lake Clark National Park and Preserve in Alaska. The contract encompasses a base year (May 1, 2025, to April 30, 2026) and four optional subsequent years. It is designated as 100% set aside for small businesses, particularly under the North American Industry Classification System (NAICS) code 562111 for solid waste collection. The contractor's responsibilities include the removal of various waste types, including recyclable materials like aluminum and plastic, as well as landfill waste such as incinerator ash and hazardous items. Specific packaging requirements and transportation logistics are outlined, ensuring proper removal frequency and safety protocols. Quotes must be submitted by January 22, 2025, and will be assessed based on price and technical competency detailed in a project narrative. The document also includes provisions for compliance with Federal Acquisition Regulations (FAR) and mandates registration in the System for Award Management (SAM) at the time of quote submission.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GRCA-SERVICE PIPE CREEK COMPOST FACILITY
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the maintenance of the Pipe Creek Compost Facility at Grand Canyon National Park. This procurement is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in public contracts while ensuring compliance with Federal Acquisition Regulations (FAR). The selected contractor will be responsible for providing maintenance services, with a firm-fixed price contract awarded based on price, technical capability, and prior relevant experience. Interested parties must submit their quotes by July 12, 2025, at 5:00 PM EDT, via email to the Contracting Officer, Jessica Owens, at jessicaowens@nps.gov.
    STECK PARK REC SITE DUMPSTER SERVICE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking quotations for dumpster service at the Steck Park Recreation Site in Idaho. The contract, identified by solicitation number 140L2625Q0060, requires the provision of steel dumpsters and consistent waste removal services, adhering to regulations for non-hazardous waste disposal over a four-year period, commencing September 1, 2025, and concluding August 31, 2029. This service is crucial for maintaining the ecological integrity and usability of the recreation site, which aims to enhance visitor experiences while promoting environmental stewardship. Interested vendors should contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further details and to ensure compliance with federal regulations, including wage determinations for labor standards.
    S--MTE Trash Removal Service
    Buyer not available
    The U.S. Department of the Interior's Bureau of Reclamation is seeking proposals for trash removal services at the Mt. Elbert (MTE) Powerplant, under Solicitation No. 140R6025Q0030. The contract requires the contractor to provide weekly trash collection services, including the rental of two 4-yard dumpsters, from September 1, 2025, to August 31, 2026, with the option for four additional one-year extensions. This procurement is crucial for maintaining environmental standards and operational efficiency at the MTE facility. Interested small businesses must submit their quotations electronically by July 14, 2025, and direct any inquiries to Tamaron Calloway at TCalloway@usbr.gov or by phone at 803-307-3567, with a deadline for questions set for July 1, 2025.
    F--RA Oily Waste Pump OffJuneau PoP 06-10 Aug 2025
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide services for the pumping, removal, and disposal of oily waste materials from a ship in Juneau, Alaska, with a performance period from June 10 to August 10, 2025. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to safely handle up to 3,000 gallons of oily water, approximately 300 gallons of used oil, and around 200 pounds of oily rags, ensuring compliance with all relevant federal, state, and local environmental regulations. This procurement is crucial for maintaining environmental protection standards and effective waste management in maritime operations. Interested small businesses should contact Isaac Bright at isaac.bright@noaa.gov or (541) 283-5107 for further details regarding this Total Small Business Set-Aside opportunity.
    Fire Protection System Repair - 12 Parks AK
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to perform fire protection system repairs across 12 national parks in Alaska. The procurement aims to address maintenance deficiencies in fire alarm systems, backflow preventers, and sprinkler systems, ensuring compliance with safety standards set by the National Fire Protection Association and federal regulations. This initiative is crucial for maintaining operational readiness and safety in public facilities, emphasizing the importance of timely repairs to mitigate potential hazards. The contract, valued between $100,000 and $250,000, is set aside for small businesses, with a submission window from June 12, 2025, to July 12, 2025. Interested vendors should contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719 for further details.
    S--NY-FWS LONG ISLAND NWR- JANITORIAL SERVI
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified contractors to provide janitorial services for the Long Island National Wildlife Refuge Complex in New York. The contract requires comprehensive cleaning tasks for administrative offices and visitor facilities, with services needed once or twice weekly, including sanitizing floors, restrooms, and trash removal, while adhering to environmental sustainability practices. This procurement is a Total Small Business Set-Aside, with a base period of one year and four optional years, starting August 1, 2025, and requires interested parties to submit their proposals by July 15, 2025. For further inquiries, potential offerors can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423.
    Z--CHIMNEY REHABILITATION - GLACIER BAY AK
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotations for the rehabilitation of chimneys at staff housing units in Glacier Bay National Park, Alaska. This project, identified as RFQ 140P9725Q0055, aims to address chronic water intrusion and deterioration issues, requiring contractors to perform various tasks including siding and roofing removal, framing repair, and flashing installation. The contract, set for a total estimated value between $25,000 and $100,000, is designated as a Total Small Business Set-Aside, with a performance period from August 1, 2025, to September 30, 2025. Interested vendors must submit their quotes by July 21, 2025, and direct inquiries to the contracting officer, Ronald Bunch, at ronaldbunch@nps.gov or by phone at 907-201-7719.
    N--Replace Pumps at Lake Mead National Recreation Are
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a firm fixed-price contract to replace pumps and motors at the Lake Mead National Recreation Area. This project involves the installation of twelve pumps across three developed areas—Katherine Landing, Callville Bay, and Echo Bay—requiring compliance with specific performance standards and environmental regulations. The contract is set aside for small businesses under NAICS code 221310, with a pre-bid site visit scheduled for June 25, 2025, and proposals due by July 14, 2025. Interested contractors should contact Bradley Metler at BradleyMetler@nps.gov for further details, with the project expected to commence on July 21, 2025, and conclude by January 31, 2026.
    DEAN CREEK/LOON LAKE/EAST SHORE CLEANING
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking quotations for a firm-fixed-price contract for cleaning services at the Dean Creek, Loon Lake, and East Shore facilities in Oregon. The contractor will be responsible for comprehensive restroom cleaning, stocking supplies, and litter pickup at various recreation areas, adhering to strict performance standards and schedules. This opportunity is set aside for small businesses under NAICS code 561720, with a contract duration of one base year and four option years, starting from October 1, 2025, through September 30, 2026. Interested parties can contact Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545 for further details.
    P--Olympic NP DEMOLITION OF EXCESS STRUCTURES
    Buyer not available
    The National Park Service (NPS) is seeking proposals for the demolition of excess structures within Olympic National Park, specifically under solicitation number 140P8325R0017. The project involves the removal of above-ground structures, in-water improvements, and miscellaneous debris, with the goal of restoring the landscape to its natural state. This initiative is part of the NPS's commitment to environmental restoration and sustainable practices, emphasizing compliance with federal regulations throughout the execution of the project. Interested small businesses must submit their quotes electronically by August 11, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission. For inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.