Refuse and Recycling Services Indiana, PA (PA050)
ID: W15QKN25QA117Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse collection and recycling services at the Indiana County Memorial USARC in Indiana, Pennsylvania. The contract will be a firm-fixed-price agreement with a 12-month base period and four optional renewals, requiring the contractor to provide all necessary personnel, equipment, and supervision while ensuring compliance with local, state, and federal regulations. This procurement is vital for maintaining a clean and environmentally safe workplace, enhancing public relations, and supporting the operational readiness of the 99th Readiness Division. Interested Women-Owned Small Businesses (WOSBs) are encouraged to submit proposals, and for further details, potential bidders can contact Stevenson Vilus at stevenson.j.vilus.civ@army.mil or Kim M. Potempa Niedosik at kim.m.potempaniedosik.civ@mail.mil.

    Files
    Title
    Posted
    The document outlines detailed information regarding the layout and specifications for a parking area, road area, sidewalk area, and slab areas associated with the 99th Readiness Division. It includes a map legend that identifies various features such as buildings, flagpoles, dumpsters, and light poles. Key data points indicate the measurements of the areas: the paved parking area is 63,225 square feet, with an additional 7,025 square feet for unpaved spaces. Unpaved parking areas measure 2,430 square feet, with 270 square feet designated for unpaved road areas. This information is essential for planning, maintenance, and potential RFPs related to infrastructure development and upgrades. The emphasis on precise measurements supports the overall goal of ensuring adequate military readiness and efficient use of space within the division’s facilities.
    The Women-Owned Small Business (WOSB) solicitation outlines a federal contract for refuse collection and recycling services at the Indiana County Memorial USARC in Pennsylvania. The government seeks proposals for a firm-fixed-price contract, consisting of a 12-month base period with four optional renewals. The contractor must provide all necessary personnel, equipment, and supervision while ensuring compliance with local, state, and federal regulations. This solicitation specifically encourages bids from eligible WOSBs, aligning with federal initiatives to promote small business participation. Key requirements include maintaining cleanliness and safety in the workplace, providing specific dumpster sizes for weekly pickups, and adhering to performance standards outlined in the Performance Work Statement (PWS). Additionally, the contractor must ensure their operations do not disrupt government activities, maintain quality control, and implement contingency plans for waste disposal during equipment failures. The document emphasizes accountability in service delivery, requiring the contractor to handle all aspects of waste management effectively while minimizing environmental impact. Overall, it reflects the government's commitment to support women-led businesses and ensures sustainability in operations through comprehensive service contracts.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-4247, Revision No. 28, dated April 23, 2025. It outlines the federally mandated minimum wage and fringe benefit requirements for contractors and subcontractors involved in service contracts in Pennsylvania, detailing specific wage rates for various occupations including administrative support, automotive service, food service, health occupations, and more. Key points include the distinction between wages according to two executive orders: Executive Order 14026, which applies to contracts effective January 30, 2022, setting a minimum wage of $17.75 per hour, and Executive Order 13658, applicable to older contracts with a minimum of $13.30 per hour. The document also emphasizes compliance with additional provisions on health, welfare, vacation, and holiday benefits for workers. Furthermore, it details procedures for job classifications not listed, encouraging contractors to justify wage rates for unlisted positions. This Wage Determination is crucial for ensuring fair compensation for workers on federal contracts, supporting compliance with federal labor regulations while safeguarding worker rights.
    Similar Opportunities
    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.
    Solid Waste/Recycling Processing Management Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) Business Development Program participants to provide Solid Waste/Recycling Processing Management Services at Fort Stewart, Georgia. The procurement aims to ensure efficient solid waste management and recycling operations, with contractors responsible for collecting, transporting, processing, and selling recyclable materials while adhering to environmental regulations and performance standards. This opportunity is critical for maintaining compliance with environmental management programs and diverting recyclables from landfills. Interested firms must respond to the sources sought notice with detailed information about their capabilities, experience, and interest in competing for the contract, which is anticipated to be structured as a competitive 8(a) set-aside. For further inquiries, potential respondents can contact Lacey Turner at lacey.m.turner2.civ@army.mil.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Harrisburg Site Cleanup project in Pennsylvania. The procurement involves debris removal and mutilation services at the DLA DS Susquehanna site, with the objective of restoring a former scrap yard to its original condition within three months of contract award. Contractors will be responsible for the systematic removal, shredding, and disposal of all scrap materials, ensuring compliance with all applicable regulations, while retaining any revenue from recycled materials. Interested parties must submit their quotes by 1:00 p.m. Eastern Standard Time on the specified date, and can reach out to Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further inquiries.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Dept Of Defense
    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.
    S205--Waste and Recycling Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    Facility Investment Services for 99th Readiness Division (RD), Region 4B
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU25RAR4B) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 4B. The procurement aims to secure preventive and corrective maintenance services, focusing on sustainment, restoration, and modernization (SRM) of facilities, which includes extensive work on building exteriors, interior systems, and various maintenance and repair tasks. This initiative is crucial for maintaining operational readiness and ensuring the longevity of military infrastructure in Western Pennsylvania and Northern West Virginia. Interested firms must submit their capability statements, past performance, and business size classifications by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    REFUSE AND RECYCLING SERVICES - Branford, CT (CT030)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-NJ, is seeking qualified vendors to provide refuse and recycling services at the Branford USARC located at 777 East Main Street, Branford, CT. The procurement aims to fulfill a potential requirement for custodial services, with detailed specifications outlined in the attached Performance Work Statement (PWS). These services are crucial for maintaining cleanliness and operational efficiency at the facility. Interested parties are encouraged to submit their capability statements and CAGE Codes via email to Contract Specialist Shannon Harvey at shannon.e.harvey3.civ@army.mil by the required response date, with further solicitations to be posted on the PIEE platform.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.