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
    Blue Marsh Waste Removal Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a contractor for a firm fixed-price service contract for waste removal services at Blue Marsh Lake in Leesport, Pennsylvania. The contractor will be responsible for the removal of trash, garbage, and debris from the site, with the base period of performance running from February 1, 2026, to December 31, 2026, and options for four additional years through December 31, 2030. This service is crucial for maintaining the cleanliness and operational integrity of the recreational area managed by the USACE. Interested contractors must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and any inquiries should be directed to Molly Gallagher at molly.gallagher@usace.army.mil or by phone at 215-656-6777.
    Trash Removal Services, North Hartland Lake, Hartland, VT and Quechee Gorge Visitor Center, White River Junction, VT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for trash removal services at North Hartland Lake in Hartland, VT, and the Quechee Gorge Visitor Center in White River Junction, VT. The contract requires vendors to provide all necessary equipment, materials, labor, and transportation for trash disposal, with services including monthly dumpster rentals and scheduled/unscheduled pickups over a base year and two option years. This procurement is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 562111, and all vendors must have an active registration in SAM.gov to be considered. Interested parties must submit their quotes via email to Contract Specialist Jennifer Samela by January 12, 2026, at 2:00 PM Eastern, adhering to all solicitation instructions and federal regulations.
    S222--Hazardous Waste and Non-Hazardous Waste Disposal Services Kansas City Veteran Affairs Medical Center (KCVAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Hazardous Waste and Non-Hazardous Waste Disposal Services for the Kansas City Veteran Affairs Medical Center (KCVAMC) in Missouri. This procurement involves a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, effective from February 1, 2026, to January 31, 2031, with a guaranteed minimum of $50,000 and a ceiling of $500,000. The services required include routine and emergency waste disposal, employee training, and compliance consulting with environmental regulations, ensuring adherence to federal, state, and local guidelines. Interested parties should contact Contracting Officer Leslie Ross at leslie.ross2@va.gov for further details regarding the solicitation process.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services for its FUSRAP office locations in the St. Louis District. This procurement is a combined synopsis/solicitation for commercial items, requiring vendors to acknowledge all amendments with their quotes, and is governed by the Federal Acquisition Regulation (FAR) 12.6. The services are critical for maintaining cleanliness and hygiene in government facilities, with the associated NAICS code being 561720 and a small business size standard of $22 million. Interested vendors should contact Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil for further details, and must submit their quotes in response to this solicitation, which is set aside for HUBZone small businesses.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Dept Of Defense
    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.
    New Hogan Septic Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for septic pumping services at New Hogan Lake and Dam in California. The contract will cover a base year with four option years, focusing on sewage pumping services for multiple portable chemical toilets and RV dump station holding tanks. This procurement is vital for maintaining sanitation and waste management at the facility, utilizing NAICS Code 562991 for Septic Tank and Related Services, with a size standard of $9 million. The RFQ is anticipated to be released around January 6, 2026, with quotes due by February 10, 2026. Interested vendors should monitor SAM.gov for updates and to self-identify as interested parties, and can contact La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further inquiries.
    Missouri River Recovery Management Plan Adaptive Management Support
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking proposals for the Missouri River Recovery Management Plan Adaptive Management Support. This procurement involves providing non-personal services to support the implementation of the final Missouri River Recovery Management Plan Environmental Impact Statement (MRRMP-EIS) and the U.S. Fish and Wildlife Service Biological Opinion, while participating as a member of the Technical Team. The contract is a firm fixed price service award, emphasizing performance-based outcomes, and will be open for unrestricted full and open competition. Interested contractors must register in the System for Award Management (SAM) and are advised that the solicitation will be issued around December 17, 2025, with a closing date expected on January 9, 2026. For further inquiries, potential bidders can contact Tina L. Keimig or Nadine Catania via their provided emails.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting bids for the Corps Island Unloading project, which involves transferring approximately 300,000 cubic yards of dredged material from Corps Island in the Upper Mississippi River. The project requires the use of mechanical and/or hydraulic excavation methods and is critical for managing dredged material in a site that lacks road access and is susceptible to flooding. This contract, valued between $5 million and $10 million, is exclusively set aside for small businesses, with bids due by March 10, 2026, and work expected to commence within 10 days of the notice to proceed, concluding by September 30, 2027. Interested bidders should contact Theodore Hecht at the provided email or phone number for further details and ensure they are registered in the System for Award Management (SAM) prior to bidding.
    Refuse Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a five-year contract to provide refuse services at various research facilities in New York, including the Rome Research Site, Newport Research Facilities, and Stockbridge Research Facilities. The contractor will be responsible for all aspects of solid waste management, including personnel, equipment, and compliance with local, state, and federal regulations, while ensuring proper collection, transport, and disposal of waste materials. This procurement is crucial for maintaining operational efficiency and environmental compliance at these military installations. Interested small businesses must submit their intent to propose, along with required documentation, by 3:00 p.m. EST on January 26, 2026, to the primary contact, Tabitha Haggart, at tabitha.haggart@us.af.mil.