Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
ID: N40084-26-B-2000Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM FAR EASTFPO, AP, 96349-0013, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.

    Files
    No associated files provided.
    Similar Opportunities
    Oily Wastewater Treatment Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    PMP for Water Facilities Circulation Systems
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement involves a combination contract for both recurring and non-recurring maintenance services, aimed at ensuring the operational integrity and reliability of water supply facilities. This initiative is critical for maintaining essential water services at the naval base, which supports various military operations. Interested vendors can reach out to Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    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.
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    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.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    Sewage Cleanup Bks 332
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for sewage cleanup services at Building 332 located in Parris Island, South Carolina. The primary objective of this procurement is to address and remediate sewage-related issues within the troop housing facilities, ensuring a safe and sanitary environment for personnel. This cleanup is crucial for maintaining the operational readiness and health standards of military housing. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or by phone at 843-228-2703, or contact Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further details regarding the opportunity.
    GARBAGE COLLECTION AND DISPOSAL SERVICES FOR U.S. EMBASSY PHILIPPINES
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide garbage collection and disposal services for the U.S. Embassy in the Philippines. The procurement aims to establish a firm fixed-price contract for a base year, with the possibility of four one-year options and an additional six-month option, contingent upon government needs. These services are crucial for maintaining the cleanliness and operational efficiency of the embassy's facilities. Interested contractors must register in the System for Award Management (SAM) prior to submitting proposals and are encouraged to attend a mandatory site visit and pre-quotation conference, with further details to be provided in the solicitation. For inquiries, contact Jewela S. Acuzar or Michael Warren at ManilaContracting@state.gov or by phone at 632-530-12000.
    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.
    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.