IL-CRAB ORCHARD NWR-BPA SETUP- DUMPSTER
ID: 140FS224Q0307Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, 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 U.S. Fish and Wildlife Service is seeking qualified small businesses to establish a five-year Blanket Purchase Agreement (BPA) for dumpster services at the Crab Orchard National Wildlife Refuge in Southern Illinois. The procurement requires contractors to provide various sizes of dumpsters and regular servicing, with flexibility to adjust services based on the Refuge's needs. This initiative is crucial for maintaining operational efficiency and environmental stewardship within the Refuge. Interested contractors must submit both price and technical proposals by the specified deadline, and for further inquiries, they can contact Renee Babineau at renee_babineau@fws.gov or call 404-679-7349.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is seeking a five-year blanket purchase agreement for dumpster services at Crab Orchard National Wildlife Refuge in Southern Illinois. The contract involves the provision of dumpsters of various sizes, regular servicing, and potential adjustments based on changing needs. The selected contractor will ensure that dumpsters are serviced on a defined schedule, with specifics outlined in the attached documentation. There is no guaranteed minimum order, allowing flexibility to increase or decrease services as required by the Refuge. Payments will be conducted through a government purchase card for smaller transactions, with larger invoice processing managed through a designated platform. The contract is set to begin in January 2025, with detailed service locations and schedules provided. The document emphasizes the importance of communication regarding servicing needs and operational changes. This initiative supports the Refuge’s maintenance and operational efficiency while aligning with government procurement standards and environmental stewardship obligations.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, indicating wage rates and working conditions for contracts in specific Illinois counties. It requires contractors to pay covered workers at least $17.20 per hour for contracts awarded after January 30, 2022, aligning with Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90 per hour if not renewed post-January 2022. The document outlines various occupations, their codes, titles, and specific wage rates, including fringe benefits and conditions for sick leave under Executive Order 13706. It emphasizes worker protections, with details on vacation, holidays, and health benefits, setting a robust compliance framework for contractors. A conformance process is also defined for unlisted job classifications. This determination is essential for federal RFP compliance and underscores the government's focus on ensuring fair compensation for workers engaged in federal contract work, promoting worker rights and standards in federally supported projects.
    The document presents Wage Determination No. 2015-5769, issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for employees performing on federal contracts in Jackson and Williamson counties, Illinois, as of July 2024. Contracts awarded after January 30, 2022, must pay a minimum of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a $12.90 minimum, unless a higher rate applies. Various occupations with specified wage rates are listed, alongside stipulations for health and welfare benefits, vacation, and paid holidays. Additional provisions include compliance under Executive Order 13706, mandating paid sick leave for eligible employees. The document also outlines a process for adding classifications and wage rates not previously listed, ensuring equitable compensation for all contract workers. Overall, the determination emphasizes fair wages and employee protections in federal contracting, aligning with broader labor regulations.
    The document outlines a Request for Quotation (RFQ) for a five-year Blanket Purchase Agreement (BPA) for dumpster services at the Crab Orchard National Wildlife Refuge in Southern Illinois. The RFQ emphasizes the need for small business participation, setting aside the procurement exclusively for small businesses. Key details include the expectation for suppliers to provide comprehensive pricing for various dumpster sizes and service frequencies across multiple locations within the refuge. Prospective contractors are required to submit both a price and technical proposal, detailing their capability to meet the specific service requirements as outlined in the attached Statement of Work. The submission includes necessary information such as delivery fees and terms, as well as compliance with Federal Acquisition Regulations (FAR). Invoicing will be handled electronically through the U.S. Department of the Treasury's Invoice Processing Platform. The RFQ incorporates a variety of regulatory clauses, both standard and specific to the project, ensuring compliance with labor standards, environmental considerations, and ethical contracting. The government intends to award the contract based on technical merit and price, prioritizing offers that demonstrate a clear understanding of the required services. This RFQ represents the government’s commitment to acquiring essential services while promoting small business engagement in federal contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    WY-SEEDSKADEE NWR-five-year BPA for portable restr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the rental and servicing of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The selected contractor will be responsible for delivering, maintaining, and removing various types of portable restroom units, including ADA accessible options, across designated locations within the refuge. This procurement is vital for ensuring that visitors have access to necessary sanitation facilities, thereby supporting the refuge's operational needs and enhancing visitor experience. Interested vendors should submit their proposals electronically, ensuring compliance with federal regulations, and may contact Renee Babineau at reneebabineau@fws.gov or 404-679-7349 for further information.
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings and hydraulic lift cylinders, to support the maintenance of infrastructure at wildlife refuges. This initiative is part of the FWS's commitment to enhancing operational capabilities while promoting small business participation in federal contracting opportunities. Interested vendors must submit their quotes by October 28, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award, which is anticipated to commence on November 15, 2024, and conclude by February 13, 2025.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    USACE St. Louis District - Procurement Integrated Enterprise Environment (PIEE) Solicitation Module
    Active
    Dept Of Defense
    Sources Sought Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking businesses capable of performing solid waste removal operations at Lake Shelbyville, Illinois. The contract is anticipated to be a Firm-Fixed Price 5-Year IDIQ with 4 optional years and an optional 6-month extension. The work involves providing refuse containers and removal of refuse from project lands at Lake Shelbyville, which is a popular recreational area with multiple campgrounds and day use areas. The contract areas are located within the boundaries of the Lake Shelbyville Project, located in Shelbyville, IL within the Illinois Counties of Shelby and Moultrie. The amount of refuse containers and refuse removal service will vary depending on the season. The contractor must have the capabilities of supplying trades including laborers, heavy equipment operators, and any other necessary skillset. The contractor must also have the required certifications and equipment suitable for the work. Interested businesses are requested to submit their capability statement and experience response by 10:00am, CST, on 8 November 2023.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of a prefabricated open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Navajo County, Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways measuring approximately 54' x 110', with specific engineering standards for snow and wind loads. This initiative is part of the federal government's commitment to enhancing infrastructure for environmental conservation and wildlife breeding efforts, with an estimated project budget between $25,000 and $100,000. Interested contractors must submit their proposals by October 4, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Nellis AFB 40YD Dumpster Roll-Off Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of 40YD Dumpster Roll-Off Service for Nellis AFB. This service is typically used for housekeeping and trash/garbage collection purposes. The procurement will be set aside for small businesses, and the place of performance is Nellis AFB in Nevada, USA. The period of performance is from November 10, 2023, to November 9, 2024. Interested parties are invited to submit a complete quote via email, following the provided instructions. The evaluation of offers will consider technical capability and price, with the lowest price technically acceptable methodology being used. The deadline for submitting offers is November 8, 2023, at 12:00 PM PDT. For more information, interested parties can contact Suzanna Kussman, the Contract Specialist, or Adam R. Confer, the Contracting Officer.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project encompasses a range of construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a total estimated contract value between $250,000 and $500,000. This rehabilitation effort is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their sealed bids electronically by October 15, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or by phone at 404-679-4055.
    CARIBOU-TARGHEE NATIONAL FOREST - Stoddard Creek Campground Gravel
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the delivery of 1,000 yards of ¾ Road Base gravel to the Stoddard Creek Campground located in the Caribou-Targhee National Forest, Dubois Ranger District, Idaho. The project requires that bidders provide proof of specifications for the gravel to ensure compliance with project requirements, and it explicitly states that belly dump or side dump trailers cannot be used for the delivery. This procurement is part of broader federal initiatives aimed at enhancing recreational spaces and improving visitor amenities within public lands, thereby promoting outdoor activities and tourism. Interested contractors should contact Robyn Akins at Robyn.Akins@usda.gov or Curtis Neppl at curtis.neppl@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.