Refuse Services at IL045 Granite City, IL
ID: W911SA25QA022Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, 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, specifically the Department of the Army, is seeking proposals for refuse and recycling services at the IL045 Army Reserve facility located in Granite City, Illinois. The contract, identified as W911SA25QA022, requires the contractor to provide all necessary personnel, equipment, and materials to manage waste collection and recycling, ensuring compliance with quality control measures and federal regulations. This procurement is crucial for maintaining a clean and professional environment at the facility, with a total contract value of $47 million and a performance period from April 1, 2025, to March 31, 2026, including options for four additional years and a six-month extension. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Courtney L. Davis at courtney.l.davis65.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) delineates the objectives and requirements for a non-personal service contract pertaining to refuse and recycling services at the IL045 Army Reserve facility in Granite City, IL. The contractor is responsible for providing all personnel, equipment, and materials necessary to perform these services while maintaining a clean and professional environment. Key objectives include managing trash and recycling pickups, ensuring containers are well-maintained, and complying with various quality control measures. The contract spans an initial base period with options for four additional years and allows for a six-month extension. Responsibilities encompass developing a quality assurance plan, adhering to performance standards, and addressing service deficiencies through a structured corrective action process. All contractor employees must complete anti-terrorism and operations security training, and they must adhere to stringent access and identification protocols when entering government facilities. The document emphasizes the importance of quality control, communication, and compliance with federal regulations, including those concerning hazardous waste and vehicle safety, ensuring the contractor's accountability for the services rendered. By laying out comprehensive procedures and expectations, this PWS reflects the government's dedication to effective waste management and operational integrity within the Army Reserve framework.
    The document outlines the requirements and processes for conducting antiterrorism and operations security reviews as part of Army contracting procedures. It emphasizes the necessity of including a signed antiterrorism/operations security cover sheet in all requirements packages, aside from certain exemptions. Key points include mandatory reviews by the organizational antiterrorism officer and operations security officer, as well as specific standard contract language that must be integrated into statements of work (SOW) for various security protocols, including access control, training, and compliance with information assurance guidelines. Additionally, the document specifies training requirements for contractors, such as AT Level I training and operations security awareness, along with mechanisms for verifying compliance through certifications. The overarching goal of these requirements is to mitigate risks associated with contractor operations in sensitive military environments, thereby safeguarding personnel and information. This systematic approach ensures that contractors adhere to Army regulations and contribute to overall mission security and safety.
    This government document outlines the performance objectives and standards for contractors involved in solid waste management services. Key directives include the requirement for contractors to supply all employees with identification badges, ensuring access to government facilities. Failure to comply can result in corrective actions, potential negative assessments, and reduced payments. Furthermore, the document stipulates that solid waste dumpsters must be functional, well-maintained, and correctly labeled according to the type of waste being disposed of, such as refuse, commingled recycling, and cardboard. Service failures may lead to corrective actions and charges for non-compliance. Contractors must also submit the 88th RD Solid Waste Disposal Report monthly with invoices, reinforcing accountability and compliance. Overall, this document emphasizes the importance of adherence to specifications to ensure service quality and operational efficiency in waste management for government facilities, with clear incentives and disincentives established for performance outcomes.
    The "Refuse Deliverables" document outlines the required reports and documentation for a contract regarding refuse and recycling management. It specifies various deliverables, including the identification of contract employees, training certifications, a refuse and recycling pick-up schedule, and a solid waste disposal report. Each item details the format (written or emailed), required submission date, frequency of submission, and the designated recipient (Contracting Officer Representative, COR). Key training includes AT Level I and OPSEC Level I, which must be completed within 30 days of contract start or employee hire. The solid waste disposal report is to be submitted monthly, while updates to employee records must occur as needed. This structured outline serves as a guideline for compliance with federal requirements and processes associated with contract deliverables in refuse management operations.
    The document outlines the U.S. Department of Labor's Wage Determination No. 2015-5075, detailing the minimum wage rates and conditions for contracts covered under the Service Contract Act. It specifies that contracts effective post-January 30, 2022, must pay a minimum wage of at least $17.75 per hour or a higher applicable rate, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour. The document includes a comprehensive list of occupations, their respective codes, titles, and corresponding pay rates across various fields, such as administrative support, automotive services, healthcare, and technical occupations. Specific guidelines highlight additional benefits, such as health and welfare allowances, paid sick leave, and vacation entitlements. The document serves as a crucial compliance tool for contractors in fulfilling federal contracting obligations, ensuring that employees receive fair wages and benefits as per established standards. Overall, it reflects the government's commitment to worker protections in federally funded projects, underpinning wage regulations and occupational classifications for contract work across specified regions.
    The document outlines a pricing schedule for refuse and recycling services under several contract line item numbers (CLINs) across different option periods. It indicates the required services, including weekly refuse collection using 8-yard containers and recycling services with 6-yard containers, expected to be conducted 12 times per year for each contract. The structure includes base period pricing and multiple option periods (1-4) for extended services, indicating a comprehensive cost assessment for a total contract value. Specific pricing details are to be filled in blue-shaded cells, with automatic calculations for totals in green-shaded cells. The document emphasizes the importance of adhering to pricing format limitations and provides instructions for completion. This pricing schedule serves as part of a formal Request for Proposal (RFP) process, aimed at securing services in line with federal and local government contracts, ensuring transparency and budget management in waste and recycling operations.
    The document provides details regarding refuse and recycling management for a facility identified as IL045, located at 195 East St., Granite City, IL. The report outlines the types and frequencies of waste disposal services, indicating one dumpster of 8 cubic yards for refuse collected weekly and one 6 cubic yard dumpster for recycling also collected weekly. This information is critical for managing waste effectively in local government operations and may be relevant for future requests for proposals (RFPs) or grants related to waste management services. The structured data offers clear insights into the facility’s refuse and recycling needs, essential for compliance with environmental standards and promoting sustainable practices within community waste management initiatives.
    The document outlines a protocol for waste management and recycling services, specifically focusing on the collection, measurement, and disposal of materials found in dumpsters. It includes sections for inputting company details, types of services, and weights of disposed materials. Users are instructed to select how full waste containers are, ranging from 1/4 to 100%, and identify the disposal facility type—such as landfills or recycling centers—along with ownership details. The document emphasizes recycling efforts, detailing multiple categories including cardboard, co-mingled recyclables, and trash (MSW). It establishes a structured approach for tracking waste disposal frequency and final recycling destinations to ensure compliance with local and federal waste management policies. This information is crucial for agencies involved in environmental sustainability and compliance with regulations, reflecting the federal government's commitment to effective waste management practices. The document's structured form aids in the collection of standard data necessary for RFPs and grant applications associated with waste management services.
    The document outlines the solicitation for refuse and recycling services under a contract with the federal government, specifically targeting women-owned small businesses (WOSB). The contract, referenced as W911SA25QA022, is set to begin on April 1, 2025, and remain in effect for one year, with four optional extensions available. The total award amount is $47,000,000. The contractor will provide comprehensive refuse and recycling services at the specified location in Granite City, IL, delivering all labor, materials, and necessary equipment according to the Performance Work Statement. The document specifies the method for bid submissions, compliance with federal requirements, including various Federal Acquisition Regulation (FAR) clauses, and describes the financial terms and payment procedures using the Wide Area Workflow (WAWF) system. It also includes sections regarding contractor responsibilities related to insurance, past performance reporting, and adherence to legal regulations. Overall, the solicitation reflects the government's intent to foster support for WOSBs while ensuring the delivery of essential environmental services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    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.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.
    S205--Waste and Recycling Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.