WASTE AND RECYCLE DISPOSAL - LAKE CLARK NATIONAL P
ID: 140P9725Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, 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 National Park Service, under the Department of the Interior, is seeking proposals for waste and recyclable removal services at Lake Clark National Park and Preserve in Alaska. The procurement aims to establish a Blanket Purchase Agreement (BPA) for a four-year period, from June 1, 2025, to May 31, 2029, focusing on the transportation and disposal of various waste materials, including recyclables and hazardous waste, while ensuring compliance with government regulations. This initiative is crucial for maintaining effective waste management practices in a sensitive ecological area, with a total estimated contract value capped at $250,000. Interested small businesses must submit their proposals by the specified deadline, and for further inquiries, they can contact Janet Milson at janet_milson@nps.gov or call 907-201-2581.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Waste Removal Pricing Bid Sheet for a four-year project spanning from June 1, 2025, to May 31, 2029. It outlines pricing for various recyclable and waste materials categorized into multiple packaging units, such as Super Sacks, pallets, and drums. The items listed include aluminum, glass, plastic, tin cans, incinerator ash, scrap metal, tires, appliances, aerosol cans, batteries, and electronic waste. Each year has a section for estimating total prices and unit prices for the services required, though specific dollar amounts are yet to be filled in. The structure is repetitive across the four years, emphasizing the need for consistent waste management practices in the upcoming contract periods. This bid sheet aligns with the federal government’s initiatives to promote proper waste disposal and recycling efforts, inviting potential contractors to submit competitive pricing for their services over the specified timeline, ensuring effective waste management compliance.
    The "Register of Wage Determinations Under the Service Contract Act" by the U.S. Department of Labor outlines wage rates and conditions for employees under federal contracts, specifically in Alaska. It stipulates compliance with minimum wage mandates from Executive Orders 14026 and 13658, requiring contractors to pay covered workers at least $17.75 or $13.30 per hour, depending on contract dates. The document details specific wages for various occupations, fringe benefits including health and welfare stipends, vacation, and holiday provisions. It emphasizes requirements for paid sick leave under Executive Order 13706 and outlines the process for requesting additional wage classifications not listed in the determination. The purpose is to ensure fair compensation and protect worker rights for federal contract labor in specified regions, providing guidelines that contractors must follow to remain compliant with labor standards. This wage determination also assists in public transparency regarding pay rates in public service contracts, essential for federal RFPs and grants.
    The document is a Request for Quote (RFQ) issued by the National Park Service for waste and recyclable removal services at Lake Clark National Park and Preserve in Alaska. The RFQ outlines the acquisition process, requiring bidders to submit their proposals by a specified deadline for a single Blanket Purchase Agreement (BPA) valid from June 1, 2025, to May 31, 2029. The contractor will handle the transportation and disposal of materials, including general recyclables, landfill waste, and hazardous waste, while ensuring compliance with government regulations. The evaluation of proposals will be based on the lowest price and the technical capabilities demonstrated in the quotes. Key responsibilities include managing the logistics of waste removal, proper packaging, and adhering to specified weight limits and protocols for hazardous materials. The total estimated value for this four-year contract is capped at $250,000, emphasizing the project’s commitment to ongoing waste management efforts within the park’s operations. The RFQ is set aside for small businesses, and the selected contractor will contribute to upholding environmental standards while providing essential services for waste management in a sensitive ecological area.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    KALA NON-HAZARDOUS WASTE DISPOSAL via AIR TRANSPOR
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking a contractor for air transportation services to dispose of non-hazardous waste from the Kalaupapa National Historical Park (KALA) in Hawaii. The contractor will be responsible for transporting approximately ten 60-pound trash bales per week, totaling around 15 tons annually, to an approved landfill or waste-to-energy facility over a performance period from April 1, 2025, to March 31, 2030, with options for four additional years. This procurement is crucial for maintaining environmental standards and waste management practices within the park, and it is set aside for small businesses to encourage participation from various small business classifications. Interested parties must submit their quotes by March 6, 2025, to Lei Yang at leiyang@nps.gov, and ensure compliance with federal regulations and active registration on SAM.gov.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    DUMPSTER RENTAL MOOSEHORN NWR MAINE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for dumpster rental and disposal services at the Moosehorn National Wildlife Refuge in Maine. The primary objective is to provide dumpsters for the disposal of demolition debris from various structures, ensuring compliance with safety regulations and the absence of hazardous materials. This contract will support the government's initiative for effective waste management during construction and demolition activities, emphasizing sustainable practices and adherence to federal regulations. Interested small businesses must submit their proposals by the specified deadline, with the contract performance period running from March 10, 2025, to February 28, 2026. For further inquiries, contact Jeremy Tyler at jeremytyler@fws.gov or call 413-253-8662.
    WEST ZONE MT HOOD NATIONAL FOREST PARENT BPA
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small businesses to provide vault septic pumping services for the Mt. Hood National Forest in Oregon through a Blanket Purchase Agreement. The procurement aims to ensure efficient waste management at various recreational sites, with services required on an as-needed basis from May 1, 2025, to April 30, 2032. This initiative underscores the government's commitment to maintaining public facilities in natural areas while supporting small business participation in federal contracting. Interested offerors must submit their technical and price proposals by February 28, 2025, and can direct inquiries to A Kay Steffey at arlene.steffey@usda.gov or call 208-484-4622.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative aims to enhance recreational facilities and ensure environmental compliance, thereby improving visitor experiences while safeguarding natural resources. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, and interested contractors must acknowledge receipt of amendments and be registered in the System for Award Management (SAM). For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    Solicitation for Proposals for a New Concession Contract to Operate Lodging, Food and Beverage, Retail, Campground, and Related Visitor Services within Lake Chelan National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a new ten-year concession contract to operate lodging, food and beverage, retail, campground, and related visitor services at Stehekin within the Lake Chelan National Recreation Area. This opportunity aims to enhance visitor experiences by providing essential services in a scenic national recreation area, which is vital for tourism and local economy. Interested parties must submit a "Notice of Intent to Propose" by March 21, 2025, and electronic proposals are due by April 18, 2025, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov.
    S--EC-Estes Trash Service requirement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for solid waste collection services under the solicitation RFQ 140R6025Q0008, specifically for the Estes Powerplant in Estes Park, Colorado. The contract requires comprehensive waste management services, including weekly trash dumpster emptying, monthly recycling dumpster services, and quarterly roll-off dumpster management, with an emphasis on improving recycling practices and compliance with sustainability standards. This initiative is crucial for effective waste management and environmental stewardship at federal facilities. Interested vendors must submit their quotations electronically by 2:00 PM Mountain Daylight Time on February 21, 2025, and can direct inquiries to Ana Fife at afife@usbr.gov.
    MT BAKER RANGER DISTRICT - VAULT TOILET INVENTORY MT BAKER SNOQUALMIE NATIONAL FOREST BPA SET UP
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide vault toilet pumping services for the Mount Baker Ranger District within the Mt Baker-Snoqualmie National Forest in Washington. The procurement involves establishing a Blanket Purchase Agreement (BPA) for services extending from May 1, 2025, to April 30, 2032, with a focus on maintaining outdoor recreational facilities by ensuring proper waste management at various campground locations. Interested vendors must adhere to the NAICS code 562991, with a size standard of $9 million, and are required to submit technical and price proposals by the bid deadline of March 28, 2025. For further inquiries, vendors can contact A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for hazardous waste removal services in Alaska, specifically at military installations in Anchorage and surrounding areas. The procurement involves the removal, transportation, and disposal of various hazardous materials, with a focus on compliance with EPA regulations and safety protocols. This contract is critical for ensuring the safe management of hazardous waste, reflecting the government's commitment to environmental protection and personnel safety. Interested contractors should contact Michael Mamaty at Michael.Mamaty@dla.mil for further details, with proposals due by the specified deadline.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.