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
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 5:00 PM UTC
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
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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
MORA FY25 SOLID WASTE CONTRACT
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting firm fixed-price offers for solid waste and recycling pickup and disposal services at Mount Rainier National Park (MORA) for the contract period from May 1, 2025, to April 30, 2026. Contractors are required to provide various container rental sizes, hauling, and disposal services at multiple designated locations within the park, ensuring compliance with federal labor and environmental regulations. This procurement is crucial for maintaining efficient waste management and environmental stewardship within the park's operations. Interested contractors must submit their quotes, including detailed pricing and compliance certifications, by April 9, 2025, and can direct inquiries to Hal Hoversten at HalHoversten@nps.gov or by phone at 360-569-6542.
55--INDU Lumber
Buyer not available
The U.S. Department of the Interior, through the National Park Service, is seeking quotations for the supply and delivery of lumber to support maintenance projects at Indiana Dunes National Park in Porter County, Indiana. The procurement specifically requires various types of pressure-treated Southern Pine lumber, including dimensions such as 2"x4" and 6"x6", to be delivered within 60 days of contract award for use in the Bailly/Chellberg Trail boardwalk. This initiative underscores the government's commitment to maintaining national park infrastructure while providing opportunities for small businesses, as the solicitation is set aside for total small business participation. Proposals are due by April 9, 2025, and interested vendors should contact Jordan Ellis at jordanellis@nps.gov or call 330-468-2500 for further details.
Tell City, Indiana Janitorial Services needed on the Hoosier N.F.
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for janitorial services at the Hoosier National Forest Offices located in Tell City, Indiana. The procurement encompasses a range of cleaning services, including carpet cleaning, restroom sanitation, and trash removal, with services to be performed three times a week primarily outside of normal business hours. This contract, which is set aside for small businesses under NAICS code 561720, is crucial for maintaining cleanliness and hygiene in federal facilities while adhering to environmental sustainability standards. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the contract anticipated to commence on August 1, 2025, and extend through July 31, 2030, including up to four option years. For further inquiries, potential bidders can contact Jordan Wheelock at Michael.Wheelock@usda.gov.
SHEN - PORTABLE TOILETS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for portable toilet rental services, including pumping and cleaning, at various locations within Shenandoah National Park in Virginia. The contract will cover a service period from May 1, 2025, to October 31, 2029, with a base year and four option years, requiring the contractor to supply and maintain portable toilets at designated sites such as Old Rag Parking and White Oak Parking. This procurement is crucial for ensuring visitor comfort and public health standards in the park, emphasizing the need for reliable sanitation facilities. Interested small businesses must submit their quotes electronically by April 23, 2025, and can contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325 for further information.
S--SOUTHERN UNITS CUSTODIAL OPERATIONS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide custodial operations for the Chattahoochee River National Recreation Area in Georgia. The contractor will be responsible for all janitorial services, including cleaning restrooms and maintaining surrounding areas, with a contract period from May 1, 2025, to April 30, 2026. This procurement is vital for maintaining cleanliness and safety in a park that attracts approximately 3.3 million visitors annually. Interested contractors must submit their quotations by April 17, 2025, following a mandatory site visit on April 2, 2025, and can direct inquiries to Celinda Hicks at celindahicks@nps.gov or by phone at 470-819-0814.
S--NOCA SKAGIT SOLID WASTE SERVICE/Refuge Collection
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a contractor for solid waste collection services at the North Cascades National Park (NOCA) in Skagit County, Washington. The procurement aims to ensure efficient refuge collection and management of solid waste, which is crucial for maintaining the park's environmental integrity and visitor experience. The contract is associated with the NAICS code 562111, focusing on solid waste collection, and is categorized under the PSC code S205 for housekeeping services. Interested vendors should contact Geraldine Larsen at geraldinelarsen@nps.gov for further details regarding the presolicitation notice.
S--PORTABLE TOILET RENTAL TO INCLUDE PUMPING, CLEANIN
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for portable toilet rental services, including pumping, cleaning, and restocking, at Gettysburg National Military Park and the Eisenhower National Historic Site in Pennsylvania. The contract period spans from May 16 to November 30, 2025, and includes provisions for standard and ADA-compliant units, with additional requirements for special events such as the Battle of Gettysburg Anniversary and Remembrance Day. This procurement is crucial for ensuring adequate sanitation facilities during significant historical events, enhancing visitor experience and compliance with public health standards. Interested contractors must submit their quotes by April 25, 2025, and must be registered in the System for Award Management (SAM) to qualify for the award; inquiries can be directed to Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
S--MTE Trash Removal Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking small businesses to provide weekly trash removal services at the Mt. Elbert Powerplant located in Twin Lakes, Colorado. The procurement includes the rental of three 4-yard dumpsters and encompasses all necessary labor, transportation, and supervision for the garbage removal services, which are to be performed once a week. This initiative is crucial for maintaining operational efficiency at the Powerplant and aligns with the Bureau's commitment to engaging small businesses in federal contracting. Interested parties must submit their responses, including a capability statement and relevant project experience, by April 28, 2025, to the designated government contacts, as this is a Sources Sought Notice and not a formal Request for Proposals.
WI - UPR MS RIV NATL WILDL AND FISH - Janitorial S
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Upper Mississippi River National Wildlife and Fish Refuge in the La Crosse District. The contract will cover a base year from May 1, 2025, to April 30, 2026, with the potential for four additional option years, contingent upon funding availability. These services are crucial for maintaining cleanliness and hygiene in facilities such as the Visitor Center and office areas, ensuring a welcoming environment for visitors and staff. Interested parties must submit their proposals, including technical capabilities and pricing, by April 16, 2025, with inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
Refuse and Recycling Services at Narragansett RI (RI004)
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey, is seeking proposals for refuse and recycling services at Fort Nathaniel Greene USARC in Narragansett, Rhode Island. The objective is to ensure a clean and environmentally safe workplace by providing comprehensive waste management services in accordance with the updated Performance Work Statement. These services are crucial for maintaining a hygienic environment and preventing pest issues at the facility. Interested small businesses must submit their proposals by April 18, 2025, and can direct inquiries to Michael Hull at michael.j.hull40.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil.