S--INDU TRASH AND RECYCLING SERVICE
ID: 140P6425Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)SAGAMORE HILLS, OH, 44067, 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 seeking proposals for trash and recycling services at Indiana Dunes National Park, with a contract period commencing on April 1, 2025, and lasting for one year, with options for extensions through March 31, 2030. The contractor will be responsible for providing and servicing dumpsters across various park locations, ensuring cleanliness, compliance with local waste disposal regulations, and adherence to specified pickup schedules. This initiative is crucial for maintaining the park's ecological integrity and supporting environmental stewardship efforts. Interested small businesses must submit their proposals by January 21, 2025, and can direct inquiries to Colette Riegelmayer at colette_riegelmayer@nps.gov or by phone at 330-468-2500.

    Point(s) of Contact
    Riegelmayer, Colette
    (330) 468-2500
    (303) 987-6792
    colette_riegelmayer@nps.gov
    Files
    Title
    Posted
    The document outlines provisions regarding telecommunications and video surveillance services as per federal regulations. Specifically, it includes stipulations under the John S. McCain National Defense Authorization Act, which prohibits executive agencies from acquiring equipment or services that use "covered telecommunications equipment" deemed critical for national security. Offerors must represent whether they provide or use such equipment as part of their government contracts. The document details the procedures for disclosures, requiring both the identification of such telecommunications equipment and the provision of a comprehensive description if applicable. Offerors must also check the System for Award Management (SAM) for excluded entities related to these regulations. Overall, the content serves to enforce compliance among contractors seeking federal contracts and safeguard against security risks associated with certain telecommunications systems.
    The document outlines the waste and recycling dumpster locations within the Indiana Dunes National Park, produced by the National Park Service. It provides a detailed list of locations, specifying the type of waste (general waste or recycling) and quantity of dumpsters at each site, including areas like the Dunewood Campground, Headquarters, and various parking lots. The specified coordinate system and scale of the aerial map indicate the precise positioning of these dumpsters for effective waste management. This inventory serves to assist park management and visitors in maintaining cleanliness and sustainability within the park, reflecting the authority's commitment to environmental stewardship and efficient resource management. Maintaining organized waste disposal systems is crucial for the overall health of the ecosystems within the park and aligns with broader federal and state efforts in waste management and environmental protection.
    The U.S. Department of the Interior is seeking proposals for dumpster services at various locations within the Indiana Dunes National Park for the year 2025, with options for additional years up to 2029. The service includes a range of tasks such as weekly and on-demand pickups of covered dumpsters at designated sites, including residential areas, campgrounds, and educational centers. Each site has its specific requirements for the number of dumpsters and frequency of service, detailing both regular and as-needed collections. The total estimated cost for the extensive five-year contract is currently listed as $0.00, signaling preliminary stages of budget allocation or pending proposal evaluations. The document emphasizes the need for reliable waste management to maintain the park's cleanliness and ecological integrity, showcasing the government's commitment to sustainable park management practices. The structured price schedule ensures transparency and accountability in the service provision within the federal RFP context.
    The Indiana Dunes National Park is seeking proposals for dumpster services, covering a contract period beginning April 1, 2025, for one year with potential extensions through March 31, 2030. The contractor will provide and service dumpsters for trash and recycling across various park locations. Key requirements include maintaining cleanliness, promptly replacing any unserviceable containers, and adhering to specified pickup schedules. Contractors must comply with local waste disposal regulations and provide contact information for service coordination. The contract entails monthly billing for services, including specific provisions for recycling to align with Porter County regulations. The contractor is responsible for equipment upkeep, ensuring all dumpsters meet safety standards and are graffiti-free. The service timeline accommodates federal holidays, ensuring continuity of waste management operations. The document underscores the government's emphasis on environmental compliance and operational efficiency in park management.
    The document outlines the Request for Proposal (RFP) for trash and recycling services at Indiana Dunes National Park (Solicitation #: 140P6425Q0005). It provides an amendment and clarifications to queries from potential bidders, addressing discrepancies between the pricing schedule and location map, onsite visitation inquiries, and the number of dumpsters needed. A total of various dumpsters is needed, including both 8-yard and roll-off sizes, with specifications noted for service and frequency. The response details confirm existing dumpsters are in place, with arrangements for replacement upon contract award. Payment will be processed through the Integrated Program Payment (IPP), and invoicing methods are discussed. The RFP emphasizes the importance of detailed service plans and accurate quotations based on estimated weights of the dumpsters, indicating a structured approach for vendor submission and compliance with government procurement protocols. This document is part of federal efforts to solicit qualified vendors for necessary environmental and operational services at federal sites.
    The U.S. Department of the Interior's Indiana Dunes National Park is seeking proposals for dumpster services as outlined in their price schedule for the base year 2025 and option years extending to 2029. The plan includes servicing multiple sites within the park, with varying quantities and frequencies for dumpster collection, primarily aiming to manage waste effectively at various designated locations. Specific service details for each site differ, including weekly and on-call servicing arrangements for covered dumpsters. The total estimated cost for the contract currently stands at $0.00, indicating that further adjustments or proposals are yet to be submitted. The structure emphasizes a multi-year contract framework, allowing for alterations in service frequency and cost based on operational needs. This initiative underscores the park's commitment to maintaining cleanliness and environmental standards while planning waste management effectively within its boundaries.
    This document outlines an amendment to a federal solicitation identified by number 140P6425Q0005, which affects the terms of an existing contract or order administered by the National Park Service (NPS) in Sagamore Hills, Ohio. The key focus of this amendment is to address vendor inquiries by providing answers, updating the location map of dumpsters, and extending the deadline for responses to January 23, 2025, at noon Eastern Standard Time. Additionally, it specifies the period of performance for the associated contract as April 1, 2025, to March 31, 2026. The amendment emphasizes the importance of acknowledging receipt of the amendment by submitting a signed copy with any final offer, reflecting compliance with federal acquisition regulations. All other terms and conditions of the original solicitation remain unchanged and in full force. The document serves to ensure transparency and clarity in the bidding process, promoting a fair opportunity for contractors to respond to the revised terms.
    This government file pertains to the amendment of solicitation number 140P6425Q0005. Its primary purpose is to notify contractors about the modification to the contract price schedule and the acknowledgment process for this amendment. Contractors must confirm receipt before the specified deadline to ensure their offers are accepted. The document outlines that any changes to submitted offers can be made through written or electronic communications, referencing the solicitation and amendment numbers. The amendment is issued under the authority of FAR 43.103(b) and requires that one signed copy of the SF 30 form be returned with quotes to verify receipt of the amendment. The document indicates that all other terms and conditions of the original solicitation remain unchanged. The new period of performance for the contract is set from April 1, 2025, to March 31, 2026. Overall, the file serves as a formal communication to update stakeholders on the administrative changes linked to the solicitation while emphasizing the importance of compliance with the instructions provided for acknowledgment and submission of offers.
    The document serves as a Request for Quote (RFQ) for trash and recycling services at Indiana Dunes National Park, issued by the National Park Service. The solicitation number is 140P6425Q0005, and the submission deadline is set for January 21, 2025. The opportunity is available exclusively for small businesses as designated by the associated NAICS code 562111, with a size standard of $47 million. The contract comprises a base year service period from April 1, 2025, to March 31, 2026, with potential options to extend for additional years. Interested companies must possess a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) with an active status during the bidding and performance of the contract. The evaluation will be based on price, technical capability, and prior experience in executing similar contracts. Offerors need to provide documentation demonstrating relevant past performance, a capabilities statement, and complete various solicitation provisions. The document emphasizes adherence to regulations, including the Federal Acquisition Regulation (FAR), and requires compliance certifications related to telecommunications services, ensuring that participating companies do not pose security risks. This solicitation exemplifies the government’s commitment to maintaining effective waste management services in national parks through competitive bidding processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IN075
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought notice to identify potential contractors capable of providing refuse services at twelve locations in Indiana. This opportunity is aimed at gathering market research to assess the availability of qualified sources that can meet the government's minimum requirements for solid waste collection, as outlined in the attached Draft Performance Work Statement (PWS). The information collected will help determine whether the requirement will be set aside for small business concerns. Interested parties must submit their capability statements, including detailed company information, by email to Dorothy Doughty at dorothy.a.doughty.civ@army.mil by 8:00 A.M. CDT on December 22, 2025. No solicitation exists at this time, and the government will not reimburse any costs incurred in responding to this notice.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    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.
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    S222--Waste Removal Services Battle Creek
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Waste Removal Services at the Battle Creek VA Medical Center. This procurement aims to establish a firm fixed-price contract for general waste removal and recycling services, covering various trash and recycling needs across multiple buildings on the campus. The contract will span a base year from January 1, 2026, to December 31, 2026, with two optional years for 2027 and 2028, and is critical for maintaining a clean and safe environment for veterans and staff. Interested offerors must submit their proposals by December 23, 2025, at 9:00 AM EST, and direct any questions to Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of recreation facilities as part of the Rend Trail and Bridges Construction project at New River Gorge National Park in Glen Jean, West Virginia. The project entails the rehabilitation of five bridges, the replacement of timber cribbing walls, and improvements to trailheads, with a performance period set from January 5, 2026, to September 29, 2028. This opportunity is significant for enhancing recreational infrastructure and ensuring safety and accessibility within the park. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at racheldyer@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.