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 and Recycling Services for IL177 (MS)
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting quotes for refuse and recycling services at multiple facilities in Illinois, with a focus on supporting small businesses through a Total Small Business Set-Aside. The contract encompasses the collection, transportation, and processing of solid waste and recyclables, requiring compliance with federal, state, and local regulations, and includes a performance period from April 1, 2025, to March 31, 2026, with options for extensions. This procurement is crucial for maintaining environmental standards and operational efficiency within military facilities, with a total contract value of up to $47 million. Interested contractors should direct inquiries to Breanna Huff at breanna.d.huff.civ@army.mil and ensure compliance with all outlined deliverables and training requirements.
    IDIQ Solid Waste Disposal Home Mountain Project Office
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide solid waste pickup and disposal services for the Mountain Home Project Office in Arkansas. The contractor will be responsible for delivering all necessary personnel, equipment, and supplies to perform these services, adhering to the performance standards outlined in the contract. This procurement is crucial for maintaining cleanliness and environmental standards at the project site, ensuring efficient waste management operations. Interested small businesses must submit their quotes by March 4, 2025, with the contract spanning five years, including a base period and four optional renewal years. For further inquiries, potential bidders can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.
    Refuse Services in Devens, MA048 and Danvers, MA008
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking qualified sources for refuse services in Devens, MA048 and Danvers, MA008. The procurement aims to identify small businesses capable of providing comprehensive refuse services, including personnel, supplies, supervision, and equipment, in support of the 99th Readiness Division. This opportunity is crucial for maintaining cleanliness and operational efficiency at military installations, with a projected contract period from March 20, 2025, to March 19, 2030. Interested parties must submit their capabilities and relevant information to Bryan Thompson via email by the specified deadline, as no formal solicitation exists at this time.
    Refuse and Recycling Removal Services at Ball Mountain Lake, Winhall Brook Camping Area, Townshend Lake
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for refuse and recycling removal services at Ball Mountain Lake, Winhall Brook Camping Area, and Townshend Lake in Vermont. Contractors are required to furnish all necessary equipment, materials, labor, and transportation to provide comprehensive waste management services, including specified quantities and frequencies of trash and recycling pickups over a contract period of up to three years, starting March 4, 2025. This procurement is crucial for maintaining efficient waste management practices at government recreational facilities while promoting equitable contracting opportunities for various vendors, including small and veteran-owned businesses. Interested parties must submit their quotes by February 3, 2025, at 2:00 PM Eastern, and should direct inquiries to Brian Mannion at brian.t.mannion@usace.army.mil or by phone at 978-318-8478.
    S205--New: 5-Year Ordering Period Contract (03/01/2025 - 02/28/2030) Solid Waste and Recycling Collection and Disposal Services at the Captain James A Lovell FHCC in North Chicago, Illinois.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a 5-Year Ordering Period Contract for Solid Waste and Recycling Collection and Disposal Services at the Captain James A Lovell Federal Health Care Center in North Chicago, Illinois, scheduled from March 1, 2025, to February 28, 2030. This procurement aims to ensure efficient waste management and recycling services within the healthcare facility, reflecting the government's commitment to sustainability and responsible waste management practices. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a solicitation number of 36C25225Q0206, and interested parties must submit their responses by February 10, 2025, at 12:00 PM Central Time. For further inquiries, potential bidders can contact Contracting Officer Scott Sands at Scott.Sands2@va.gov or (414) 844-4800.
    Refuse and Garbage Disposal Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking contractors to provide refuse and garbage disposal services at Joe Pool Lake. The contractor will be responsible for supplying all necessary personnel, equipment, supplies, and supervision to perform these services, adhering to the standards outlined in the Performance Work Statement, with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and environmental standards at the facility. Interested parties can reach out to Diana Robinson at DIANA.W.ROBINSON@USACE.ARMY.MIL or call 817-886-1211 for further details.
    S205--New: Base Year - Plus Four Option Periods - Solid Waste Collection & Disposal - Services Requirement at the Captain James A Lovell FHCC in North Chicago, IL. POP: (03/01/2025 - 02/28/2030)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide solid waste collection and disposal services at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. This procurement involves a firm-fixed price contract with a base year and four additional option periods, totaling an estimated value of $47 million, and is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The services required include waste pick-up, transportation, and disposal at licensed facilities, with strict adherence to federal, state, and local waste management laws. Interested parties should contact Contract Specialist Scott D. Sands at Scott.Sands2@va.gov for further details, and are encouraged to conduct a site visit prior to submission, with key dates outlined in the solicitation documents.
    Fort Sill Post Wide Refuse Services
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Sill, Oklahoma, is seeking bids for refuse services under solicitation number W9124L24B0004. The contractor will be responsible for providing comprehensive solid waste management services, including the collection, diversion, and disposal of non-hazardous solid waste, in compliance with federal, state, and local regulations. This contract is crucial for maintaining operational efficiency and environmental standards at Fort Sill, with a performance period starting April 1, 2025, and extending through March 31, 2026, with options for four additional years. Interested parties must submit their proposals by February 11, 2025, and can direct inquiries to Linda Greer at linda.j.greer2.civ@army.mil or Jesslyan Ortiz Albino at jesslyan.m.ortizalbino.civ@army.mil.
    Refuse Services For New Windsor NY NY116
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - New Jersey, is seeking proposals for refuse and recycling services at the SGT CATALIN D. DIMA AFRC/AMSA 106 facility located in New Windsor, NY. The objective of this procurement is to ensure a clean and environmentally safe workplace, free of debris and pests, in accordance with the Performance Work Statement. These services are crucial for maintaining operational efficiency and hygiene within military facilities. Interested small businesses are encouraged to reach out to Michael Hull at michael.j.hull40.civ@army.mil or 609-562-3133, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details, as this opportunity is set aside for total small business participation.
    Demilitarization and Disposal of Shotgun Cartridges
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the demilitarization and disposal of shotgun cartridges under solicitation number W519TC-25-R-0014. The procurement aims to engage qualified contractors to manage the safe demilitarization, treatment, and recycling of approximately 1,898,633 shotgun cartridges, adhering to stringent safety, environmental, and regulatory standards. This initiative is crucial for maintaining compliance with federal guidelines regarding hazardous materials and ensuring the effective management of military supplies. Interested contractors must submit their proposals by February 3, 2025, at 9:00 AM U.S. Central Time, and can direct inquiries to Caitlyn Smith at caitlyn.l.smith3.civ@army.mil or John Fury at john.p.fury2.civ@army.mil.