SOLID WASTE REMOVAL AND DISPOSAL
ID: 140P5425Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking quotations for solid waste removal and disposal services at Everglades National Park. The procurement aims to secure a firm-fixed-price contract for a base period of 12 months, with four optional one-year extensions, focusing on maintaining sanitary conditions and protecting wildlife, particularly from food-conditioning behaviors. This contract is crucial for effective waste management and environmental conservation within the park, ensuring compliance with local, state, and federal regulations. Interested vendors must submit their quotes by February 14, 2025, following a mandatory site visit on February 7, 2025, and can contact Noelli Medina at Noelli_Medina@nps.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for Everglades National Park outlines requirements for refuse collection and recycling services to maintain sanitary conditions and protect wildlife, particularly black bears, from food-conditioning behaviors. The contractor is tasked with providing all necessary labor, materials, and equipment, adhering to local, state, and federal regulations while employing innovative, cost-effective methods. Key objectives include diverting at least 50% of non-hazardous waste from landfills and ensuring all solid waste and recycling containers are secure against animal access. The contract spans from April 2025 to March 2030, with specific container types, service frequencies, and maintenance responsibilities detailed for various park locations. The contractor must maintain a quality control program, report monthly work logs, and comply with safety and environmental regulations. The contract emphasizes collaboration with designated park personnel to monitor performance and address any issues, ensuring accountability and effective waste management within the park.
    The National Park Service's waste management strategy at Everglades National Park outlines a detailed schedule for solid waste, construction and demolition (C&D) debris, and single stream recycling collections. The document specifies the physical locations of waste management activities, including the Flamingo Maintenance Compound, Flamingo Housing Area, Pine Island Maintenance Compound, and others, indicating the frequency and type of waste collected. Each site is assessed for the volume of waste in cubic yards, with collections primarily occurring weekly or monthly. This systematic approach aims to maintain environmental sustainability while effectively managing waste within the park. The report supports federal and state efforts for responsible resource management and aligns with broader sustainability goals by reducing landfill contributions and enhancing recycling practices within national park facilities.
    The document outlines the locations of dumpsters at Everglades National Park, specifically identifying the Bill Robertson Building, Flamingo District, Headquarters Building, Pine Island District, and the housing area as designated areas for waste disposal. This information is likely pertinent to maintenance and waste management practices within the park. The systematic organization of the listed sites suggests a focus on efficient waste collection and management, which is essential for environmental conservation efforts in a national park setting. Overall, the mention of these dumpster locations may serve as part of broader waste management strategies that align with federal and local environmental regulations, ensuring the preservation of the Everglades ecosystem amidvisitor services and park operations.
    The document is a Wage Determination by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and requirements for federal contracts in Florida, specifically in Dade County. It outlines wage rates for various occupations, emphasizing that contractors must adhere to minimum wages established by Executive Orders 14026 and 13658, depending on the contract date. For contracts after January 30, 2022, covered employees must be paid at least $17.75 per hour for work performed in 2025. The document also lists mandatory fringe benefits, including health and welfare, paid vacation, and holidays. Additionally, it provides guidelines for the classification and wage rates of unlisted occupations through a conformance process, ensuring proper compensation for all employees. The comprehensive wage and benefits structure aims to protect workers on federally funded contracts while ensuring compliance with labor regulations. This information is particularly relevant for contractors responding to federal RFPs and grants, as it governs their compensation obligations under federal law.
    The National Park Service (NPS) is seeking quotations for solid waste removal and disposal services at Everglades National Park through Request for Quotation (RFQ) 140P5425Q0006. Issued on January 28, 2025, this RFQ invites firms to provide quotes by February 14, 2025, for a contract divided into a 12-month base period and four one-year options, beginning April 1, 2025. The primary objective is to secure a firm-fixed-price contract based on best value, including pricing, service capabilities, and past performance without oral discussions. Key dates include a mandatory site visit on February 7, 2025, and a deadline for questions by February 10, 2025. Eligible vendors must have an active registration in the System for Award Management (SAM) and must not have disqualifying exclusion records. The RFQ outlines specific requirements, including pricing structure, operational specifications, and compliance with applicable wage determinations. The NPS emphasizes a technical evaluation of quotes, ensuring qualified suppliers are selected to maintain waste management services sustainably at the park. Ultimately, this solicitation supports the NPS's duty to maintain national park cleanliness and environmental health.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--EVERGLADES MSD VISITOR CENTER EXHIBITS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the design, fabrication, and installation of interpretive exhibits at the Marjory Stoneman Douglas Visitor Center in Everglades National Park, Florida. The project aims to create museum-quality exhibits that enhance visitor engagement with the Everglades ecosystem while adhering to accessibility and conservation standards. This initiative is crucial for revitalizing educational resources and improving public access to the park's cultural and ecological heritage. The production budget for this project is set between $220,000 and $230,000, with proposals due electronically by March 19, 2025. Interested bidders can contact Robert Adamson at robertadamson@nps.gov or call 301-502-0076 for further information.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    KALA NON-HAZARDOUS WASTE DISPOSAL via AIR TRANSPOR
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking a contractor for air transportation services to dispose of non-hazardous waste from the Kalaupapa National Historical Park (KALA) in Hawaii. The contractor will be responsible for transporting approximately ten 60-pound trash bales per week, totaling around 15 tons annually, to an approved landfill or waste-to-energy facility over a performance period from April 1, 2025, to March 31, 2030, with options for four additional years. This procurement is crucial for maintaining environmental standards and waste management practices within the park, and it is set aside for small businesses to encourage participation from various small business classifications. Interested parties must submit their quotes by March 6, 2025, to Lei Yang at leiyang@nps.gov, and ensure compliance with federal regulations and active registration on SAM.gov.
    DUMPSTER RENTAL MOOSEHORN NWR MAINE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for dumpster rental and disposal services at the Moosehorn National Wildlife Refuge in Maine. The primary objective is to provide dumpsters for the disposal of demolition debris from various structures, ensuring compliance with safety regulations and the absence of hazardous materials. This contract will support the government's initiative for effective waste management during construction and demolition activities, emphasizing sustainable practices and adherence to federal regulations. Interested small businesses must submit their proposals by the specified deadline, with the contract performance period running from March 10, 2025, to February 28, 2026. For further inquiries, contact Jeremy Tyler at jeremytyler@fws.gov or call 413-253-8662.
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking contractors for the replacement of the secondary clarifier framework at the El Portal Wastewater Treatment Plant, which is critical for processing wastewater in Yosemite Valley. The project involves removing existing equipment, installing temporary supports, fabricating new framework components, and ensuring compliance with environmental regulations to prevent potential wastewater spills. This initiative is vital for maintaining public health and environmental standards at a national park site, with a project timeline of 120 days for completion. Interested bidders should contact Brian Roppolo at brianroppolo@nps.gov or call 206-220-4215, with the bid submission deadline extended to March 6, 2025, at 12:00 PM PST.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterminating and pest control services at the Organ Pipe Cactus National Monument in Arizona. The contract, identified by solicitation number 140P1525Q0039, is set for a base year from April 1, 2025, to March 31, 2026, with the possibility of extending for up to four additional years. These services are crucial for maintaining a safe environment for park visitors by effectively managing pest-related challenges in the area. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and should ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) to qualify for the award. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the inspection and cleaning of a 50,000-gallon elevated potable water tank located at the Sunset Crater National Monument in Arizona. This procurement is a total small business set-aside, encouraging participation from small enterprises, and requires bidders to demonstrate relevant experience, including documentation of three similar past contracts and a safety plan. The services are crucial for maintaining environmental health and safety standards in federal facilities, ensuring compliance with regulations. Interested contractors must submit their quotations by March 14, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
    IDIQ Solid Waste Disposal Home Mountain Project Office
    Buyer not available
    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.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida, designated under solicitation number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure and safety within national parks, ensuring compliance with federal standards and environmental regulations. Interested contractors, particularly women-owned small businesses, must submit their proposals by March 5, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.