Waste Transport and Disposal at Parker Dam
ID: 140R3024Q0156Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Solid Waste Collection (562111)

PSC

HUSBANDING SERVICES—REMOVAL SERVICES (M2AC)
Timeline
    Description

    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for waste transport and disposal services at Parker Dam, California, through a noncompetitive Sole Source Solicitation. The contract requires the provision of a 6 cubic yard dumpster with weekly pickups and a 40 cubic yard roll-off dumpster for semiannual use, spanning from October 1, 2024, to September 30, 2029. This procurement is crucial for maintaining operational efficiency and compliance with waste management standards at the facility. Interested parties must submit their quotes electronically by September 19, 2024, at 3:00 PM local time, to the designated contacts, Noah Maye and Luis Gallardo, via email.

    Point(s) of Contact
    Maye, Noah
    (702) 293-8095
    70229384990000
    nmaye@usbr.gov
    Files
    Title
    Posted
    The Bureau of Reclamation's Lower Colorado Basin Region requires contracted services for waste transport and disposal at Parker Dam, California. The contract includes provision of a 6 cubic yard dumpster with weekly pickups and a 40 cubic yard roll-off dumpster for semiannual use. This necessity arises due to costs exceeding micro purchase limits associated with previous services. The contractor will not receive government-furnished equipment and must ensure access through a designated gate code. Submissions for the contract must be electronically formatted and directed to specified contracting officers. The contract will span five years, with annual calls, and allows for early termination by the government. Performance metrics will be monitored by designated representatives to ensure timely services. This document underscores the government’s intent to procure essential waste management services for operational efficiency at Parker Dam.
    The document outlines a comprehensive overview related to government RFPs (Requests for Proposals), federal grants, and state/local funding opportunities. It emphasizes the importance of structured projects aimed at addressing community needs, enhancing infrastructure, and promoting economic development. Key ideas discussed include the assessment of project eligibility criteria, application processes, and the role of government agencies in facilitating access to funding. Additionally, it details the significance of transparency and accountability in managing public funds, reiterating the necessity for applicants to adhere to specific guidelines and reporting standards. The structure of the document appears to be methodical, beginning with an introduction to funding opportunities, followed by explanations of both federal and local initiatives, culminating in best practices for proposal submissions. Overall, the document serves as a vital resource for stakeholders aiming to secure government funding, providing essential insights into the procedural aspects of RFPs and grants while highlighting their strategic value in community and economic revitalization efforts. It reflects the government's commitment to supporting projects that align with public interest and developmental goals.
    This document outlines a Noncompetitive Sole Source Request for Quote (RFQ) for waste transport and disposal services at Parker Dam, managed by the Bureau of Reclamation. The RFQ specifies that the requirement includes a 12-month contract beginning October 1, 2024, with options extending annually through September 30, 2029. The primary product/service is categorized under housekeeping, specifically trash and garbage collection. All submissions are to be sent via email to designated government representatives, Noah Maye and Luis Gallardo. The contract is identified by solicitation number 140R3024Q0156, with details in an attached Performance Work Statement (PWS), which outlines service requirements. Interested parties can submit questions and quotes, given the sole source nature of the requirement allows for responses from responsible sources. The document emphasizes adherence to Federal Acquisition Regulations (FAR) and specifies a small business set aside. Overall, the RFQ seeks to secure consistent waste management services to maintain operational efficiency at Parker Dam while adhering to government procurement protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    91--Delivery Renewable Diesel and Unleaded Gas
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors for the purchase and delivery of unleaded gasoline and renewable diesel (RD99) fuel to the Lake Berryessa Field Office in Napa, California. The contract will cover a base period and four option years, commencing on November 1, 2024, and concluding on October 31, 2029, with annual delivery requirements of approximately 12,500 gallons of unleaded gasoline and 2,000 gallons of renewable diesel. This procurement is essential for maintaining operational efficiency and compliance with environmental regulations, particularly in light of recent shifts towards renewable fuel sources. Interested small businesses must submit their quotes electronically by September 23, 2024, at 3:00 PM PDT, and can direct inquiries to Sherry Heibeck at SHeibeck@usbr.gov or by phone at 916-978-6188.
    S--Notice of Intent to Sole Source - Solid Waste Disposal, BIA, Pine Ridge
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) intends to award a sole source Firm-Fixed Price contract for solid waste disposal services to the Oglala Sioux Tribe of Pine Ridge Indian Reservation. This contract, valued at approximately $217,625.00, will cover a 12-month period from October 1, 2024, to September 30, 2025, as mandated by Tribal Ordinance No. 20-08, which requires all government entities operating within the Pine Ridge Reservation to utilize the Tribe's Solid Waste Management program. Interested firms that believe they can fulfill this requirement are invited to submit a capability statement and pricing information by 12:00 PM CT on September 21, 2024, via email to Madisen Bourland at Madisen.Bourland@bia.gov, with the notice ID number included in the subject line.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    61--SS Battery Monitor System
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking proposals for the procurement of a Station Service Battery Monitor System to replace the existing system at Parker Dam, California. The project entails supplying, connecting, and commissioning a new monitoring system, which includes specific hardware, software requirements, and communication interfaces, along with installation, testing, and training for operational staff. This initiative is crucial for ensuring the reliability of equipment and the safety of operations in managing water resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with a delivery deadline of October 31, 2024. For further inquiries, contact Jessie Conden at jconden@usbr.gov or call 702-293-8128.
    Solid Waste Management FY25
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, is conducting market research for Solid Waste Management Services for fiscal year 2025. The procurement aims to identify qualified contractors capable of providing comprehensive solid waste management, including the collection, transportation, and disposal of non-hazardous solid waste, while ensuring compliance with applicable laws and maintaining environmental standards. This initiative is crucial for supporting the Department of Public Works at the U.S. Army Yuma Proving Ground, ensuring efficient waste management operations that align with federal guidelines. Interested parties can reach out to Damaris Castillo at damaris.i.castillo.civ@army.mil or call 928-328-2834 for further information, noting that this is a Request for Information (RFI) and not a solicitation for proposals.
    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.