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
Z--INDU West Beach Picnic Shelter Replacement
Buyer not available
The National Park Service is preparing to issue an Invitation for Bids (IFB) for the West Beach Picnic Shelter Replacement project at Indiana Dunes National Park in Porter County, Indiana. This project involves the replacement of eight existing picnic shelter structures and one pergola, along with the installation of new boardwalks, concrete slabs, sidewalks, and furnishings such as picnic tables and trash containers. The estimated project magnitude is between $500,000 and $1,000,000, with a firm-fixed price contract expected to be awarded around June 2025, and on-site work commencing after Labor Day 2025. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a site visit, the details of which will be announced in the solicitation. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or by phone at 330-468-2500.
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 for the Bailly/Chellberg Trail boardwalk, with stringent specifications regarding dimensions, moisture content, and a minimum one-year warranty. This initiative underscores the government's commitment to maintaining national park infrastructure while promoting opportunities for small businesses, as the solicitation is set aside for total small business participation. Proposals are due by April 30, 2025, and interested vendors should contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500 for further details.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
Z--INDU Fire and Intrusion Alarms Replacement
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue an Invitation for Bid (IFB) for the Fire and Intrusion Alarms Replacement project at Indiana Dunes National Park in Porter, IN. This project involves the removal of existing fire and intrusion systems, installation of new systems, and necessary maintenance work across multiple buildings within the park. The contract, which is set aside exclusively for small businesses, is expected to be awarded by early summer 2025, with a project magnitude between $1 million and $5 million. Interested contractors should prepare to register in the System for Award Management (SAM) and are encouraged to attend a site visit, the details of which will be announced in the solicitation expected to be released in March/April 2025. For further inquiries, contact Colette Riegelmayer at coletteriegelmayer@nps.gov or 330-631-8990.
PUMPING NORTH RIM CONCRETE SEPTIC TANK
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide septic tank pumping and inspection services at the North Rim of the Grand Canyon National Park. The contractor will be responsible for all necessary labor, materials, and supervision to perform the pumping service and generate an inspection report, as outlined in the attached scope of services. This service is critical for maintaining the wastewater treatment facilities at the park, ensuring environmental compliance and operational efficiency. Quotations are due by 1:00 PM AZ time on May 22, 2025, with an anticipated award date on or before June 1, 2025. Interested parties should contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294 for further information.
S--Custodial Services Christiansted NHS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for custodial services at the Christiansted National Historic Site in the U.S. Virgin Islands. The contract, which is set for a duration of up to 12 months, requires the contractor to maintain cleanliness in various facilities, including public restrooms and historical sites, with a structured cleaning schedule that includes daily, weekly, and bi-weekly tasks. This procurement is vital for ensuring a clean and safe environment for visitors while preserving the historical integrity of the site. Interested small businesses must submit their bids by April 30, 2025, and can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
MBRTB-Yampa Ranger District- Trash Collection Services
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for trash collection services at the Yampa Ranger District within the Medicine Bow-Routt National Forest in Colorado. The contract, which is a single award, firm-fixed price agreement, requires the contractor to provide dumpsters, perform trash collection from designated campgrounds, and adhere to safety and environmental standards, including the use of bear-resistant dumpsters. This initiative is crucial for maintaining cleanliness and ecological integrity in public spaces, particularly in camping areas, and supports community engagement in responsible waste disposal practices. Interested contractors must submit their quotes, including a technical proposal, by following the guidelines outlined in the Request for Quotes documents, with the contract expected to commence on June 1, 2025, and run for a base year with four optional renewal years. For further inquiries, potential bidders can contact Curtis Landreth at curtis.r.landreth@usda.gov.
S--Trash Pick-up and Disposal Services for LCRO
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office (LCRO), is seeking to procure trash pick-up and disposal services through a non-competitive sole source solicitation. The requirement is for recurring trash collection and disposal services at the LCRO, with Boulder Disposal Inc. identified as the only known provider capable of fulfilling these needs. This contract will be structured as a Firm-Fixed Price Purchase Order, covering a base year with the option for four additional years, with an anticipated award date in May 2025 and service commencement in July 2025. Interested parties are encouraged to submit capability statements or proposals by April 28, 2025, at 4:00 PM local time, and may direct inquiries to Ms. Angela Craig at adcraig@usbr.gov.
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.
Dumpster Rental
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide dumpster rental services at its Oklahoma City Area Office. The procurement involves the provision of a 30-yard roll-off dumpster with a minimum of 24 pickups per year, adhering to federal and state waste disposal regulations, and requires compliance with security protocols and operational guidelines. This initiative is crucial for maintaining a clean and compliant work environment, supporting the IHS's operational efficiency. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Lauren Taylor at lauren.taylor@ihs.gov by 4:00 PM CST on May 1, 2025, with a maximum submission length of five pages.