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
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Sources Sought Hazardous Waste Removal Alaska
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.