Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
ID: W912DQ26QA007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This government file outlines a Request for Proposal (RFP) for refuse removal and disposal services at the Stockton Lake Project, covering a base year (FY26) and two option years (FY27 and FY28). The contractor will provide all necessary personnel, equipment, and materials for refuse collection and disposal from administrative and park areas, including roll-off services. Key requirements include adherence to a strict collection schedule, holiday weekend pickups, proper disposal of all waste (including potential hazardous materials), and maintenance of dumpsters. The PWS details quality control, safety protocols, security measures, and contractor responsibilities, such as providing insurance and attending progress meetings. The contractor must also comply with various federal and state regulations, including EM-385-1-1 for safety and health.
    This government solicitation (W912DQ26QA007) is a Request for Quotes (RFQ) from the U.S. Army Corps of Engineers, Kansas City District, for refuse collection and disposal services at the Stockton Lake Project in Stockton, MO. The acquisition is unrestricted, with NAICS code 562111 (Solid Waste Collection) and a $47 million size standard. Offers are due November 10, 2025, by 12:00 PM local time, and must be submitted via email in PDF format to Angella Curran (angella.curran@usace.army.mil). The contract includes a base year (FY26) and two option years (FY27, FY28) for services in administrative and park areas, priced as firm-fixed-price jobs. Contractors must be registered and active in SAM.gov and comply with various FAR and DFARS clauses, including limitations on subcontracting and Wide Area WorkFlow payment instructions.
    This document is a standard vendor information form used in government procurement processes such as RFPs, federal grants, and state/local RFPs. Its purpose is to collect essential identification and contact details from an offeror or vendor. The form requires the offeror's name, address, phone number, email, Unique Entity Identifier (UEI) number, CAGE code, and Taxpayer Identification Number (TIN). It also includes fields for the offeror's signature and the date signed, confirming the accuracy of the provided information. This form is critical for administrative record-keeping, legal compliance, and communication between the government entity and the potential vendor during the bidding or application process.
    Section J – List of Attachments outlines the requirements for the 'RELATED EXPERIENCE FORM,' which is crucial for offerors seeking federal government contracts, grants, or RFPs. This form mandates offerors to submit one to three relevant experience examples directly pertaining to the work described in Section C of the solicitation. It requires detailed information, including contract numbers, work types, agencies/firms involved, contact persons, telephone numbers, and start/end dates. Additionally, offerors must provide a comprehensive description of duties, work performed, and any specialized training that enhances their ability to fulfill the outlined specifications. This form serves to assess the offeror's background and experience, ensuring they are responsive and qualified for award consideration.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) Form PPQ-0 is a standardized document used by federal government contractors to evaluate past performance. This form is critical for federal RFPs, grants, and state/local RFPs, as it captures essential contractor and contract details, including CAGE code, DUNS number, firm information, work performed (prime, subcontractor, joint venture), contract type (Firm Fixed Price, Cost Reimbursement), contract number, title, location, and key dates. It also details original and final contract prices and requires a project description outlining complexity and relevance. The PPQ includes sections for client information, their role, and the date of completion, emphasizing direct submission by the client to the offeror or USACE. The questionnaire features a comprehensive rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for various performance aspects: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General compliance. Contractors are rated on technical quality, adherence to schedules, problem resolution, financial management, safety, and overall satisfaction, providing a thorough assessment of their capabilities and past conduct.
    Technical Exhibit 7.6 outlines the dumpster locations and collection schedules for various areas, including Admin/Powerhouse, CY 6, and Recreation Areas (2 CY, 4 CY, 6 CY), spanning a full year. The collection frequency for the Admin/Powerhouse area is consistently once per week throughout the year. For the Recreation Areas, collection varies seasonally. From January to February, there is no collection for the 4 CY and 6 CY dumpsters. From March to April, and again from October to December, collection for these areas occurs on the 1st and 3rd weeks of the month. During peak months from May to September, collection increases to twice weekly on Tuesdays and Fridays, with additional weekly collections for Stockton Group and Old Mill Ball Field on Tuesdays. In December, all remaining park dumpsters are stored by the 1st of the month.
    This document, "Questions and Answers #1 FY 26 Stockton Refuse Collection," clarifies refuse collection services for the Stockton Lake Project. It addresses three key areas: the "Supplemental Bid Schedule Refuse Services Stockton Lake Project" CLIN 0001 "Admin Areas," "7.6 Technical Exhibit Dumpster Locations and Collection Schedule," and the correspondence between "Stockton Group" and "Stockton" on Attachment 7.7. The document confirms that administrative area pickups are once weekly, year-round, from December 1 through November 30, involving two 2-cubic-yard dumpsters. It also clarifies that both a 6-cubic-yard dumpster at the Admin area and a 2-cubic-yard dumpster at the Powerhouse are to be serviced once weekly throughout the year, correcting an omission for July. Additionally, it confirms that "Stockton Group" on the schedule refers to "Stockton" on the maps, specifically a 2-cubic-yard dumpster at the Stockton Group Camp.
    Similar Opportunities
    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.
    Sources Sought: Janitorial Services for Clarence Cannon Dam and Mark Twain Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Louis District, is seeking sources for janitorial services at the Clarence Cannon Dam and Mark Twain Lake Project Area located in Monroe and Ralls Counties, Missouri. The procurement aims to identify businesses capable of providing labor, equipment, and materials for a range of cleaning services, including building maintenance, litter pickup, trash removal, and ensuring sanitary conditions across various facilities. This opportunity is crucial for maintaining operational standards at the project site and is expected to include a base year with up to four optional years. Interested businesses must submit a capability statement by December 12, 2025, detailing relevant experience and compliance with Cybersecurity Maturity Model Certification (CMMC) requirements, and can contact Leigh Thomas at leigh.a.thomas@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further information.
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.
    Conchas Waste Management & Disposal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for waste management and disposal services at the Conchas Dam Project in New Mexico. The contract, designated as a total small business set-aside, requires the contractor to provide all necessary personnel, equipment, and supplies to manage waste collection and disposal for government facilities within the project boundaries, adhering to specified schedules for both recreation and off-season periods. This procurement is crucial for maintaining environmental standards and operational efficiency at the site, with a firm, fixed-price service contract expected to cover a base year from January 1, 2026, to December 31, 2026, and four additional option years through 2030. Interested parties should contact Glenda Kohlieber at Glenda.D.Kohlieber@usace.army.mil or call 575-479-6095 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    OPTION - USCG SFO MORICHES CY26 TRASH COLLECTION SERVICE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for trash collection services at the Moriches facility for the year CY26. The procurement aims to secure reliable solid waste collection services, which are essential for maintaining cleanliness and operational efficiency at the base. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested vendors can find more details and submit inquiries to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243.
    W911SA26QA046 Refuse and Recycling Services for MI043 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services at multiple Army Reserve locations in Michigan under the solicitation W911SA26QA046. The contract will provide non-personal services as outlined in the Performance Work Statement (PWS) and will cover various sites including Ann Arbor, Bay City, Fraser, Inkster, Jackson, Livonia, Southfield, and Saginaw. This procurement is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring efficient waste management practices. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Nathan Coleman at nathan.a.coleman2.mil@army.mil or call 520-671-7615 for further details, with the contract period starting on January 1, 2026, and including options for extension.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Request for Quote- Sector New York Refuse & Recycling Collection and Disposal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for refuse and recycling collection and disposal services in New York. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), and it falls under the NAICS code 562111, which pertains to solid waste collection. These services are crucial for maintaining cleanliness and environmental standards at Coast Guard facilities, ensuring efficient waste management practices. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details, and they can find additional information through the provided link.