Waste Removal Services
ID: 12405B25Q0103Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, 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 Department of Agriculture, specifically the Agricultural Research Service, is seeking proposals for Waste Removal Services at the National Centers for Animal Health located in Ames, Iowa. The procurement involves a firm-fixed price contract for a base period of 12 months, with options for four additional one-year terms, requiring contractors to manage waste effectively through the provision of various dumpsters and a trash compactor, adhering to specific collection schedules and disposal guidelines. This initiative underscores the government's commitment to efficient waste management while supporting small businesses, with proposals due by May 22, 2025, at 3:00 PM Mountain Time, and all submissions must be sent electronically to the primary contact, Frank Palmer, at frank.palmer@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA) is seeking a contractor to provide Waste Removal Services for its National Centers for Animal Health (NCAH) in Ames, Iowa. The contractor will be responsible for the labor and equipment needed to manage waste effectively, including the provision of various dumpsters, a trash compactor, and roll-off containers. The requirements include placing and servicing thirteen six-cubic yard dumpsters three times a week, emptying a USDA-owned 30-cubic yard compactor weekly, and managing four thirty-cubic yard and one ten-cubic yard roll-off containers on a call-for-service basis. Waste disposal will primarily occur at the City of Ames Resource Recovery Plant or the Boone County Landfill, depending on the waste type. All pickups must occur during normal business hours and adhere to specific guidelines, including the submission of scale tickets for waste disposal. The contract's duration is 12 months with four optional one-year extensions. This RFP emphasizes sustainability and compliance while aiming to support the USDA's critical mission in agricultural research and practice.
    The document outlines a Request for Proposal (RFP) for Waste Removal Services by the federal government, detailing requirements for contractors seeking to secure a firm-fixed price contract. The service period is set for 12 months with options for four additional one-year terms. The evaluation of proposals will be based on three main factors: technical capabilities, past performance, and price. Offerors must provide a comprehensive technical quote addressing their knowledge and experience relevant to the Statement of Work (SOW), along with details of at least two similar projects completed in the past two years. Proposals must demonstrate best value while complying with various federal acquisition regulations. The submission process mandates electronic delivery and offers no reimbursement for quotes. The document specifies clauses related to contract terms, conditions, and compliance with federal regulations. This RFP demonstrates the government's commitment to efficient waste management while considering contractor qualifications and cost-effectiveness in procurement. Compliance with federal statutes, environmental standards, and small business participation is emphasized throughout the process. The document serves as a structured guideline for prospective contractors in their proposal submissions to align efforts with federal procurement objectives.
    The document is a Wage Determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor for Iowa County, Story. It outlines minimum wage requirements for contractors involved in federal contracts, established under Executive Orders 14026 and 13658. Depending on the contract award date, different wage rates apply: $17.75 per hour for contracts initiated or renewed after January 30, 2022, and $13.30 per hour for those awarded between January 1, 2015, and January 29, 2022. The determination provides detailed wage rates for various occupations, classified by job title, including administrative, automotive, food service, health occupations, and more. Each listed occupation includes corresponding hourly rates. Additionally, the document emphasizes benefits such as health and welfare, vacation, and sick leave provisions under established executive orders. It also details the conformance process for classes of employees not listed, ensuring fair classification and compensation. Uniform costs and hazardous pay differentials are noted, alongside provisions for specific job categories such as air traffic controllers. The document serves to ensure compliance with federal labor standards and adequate employee compensation in federally contracted services.
    The USDA Agricultural Research Service is issuing a Request for Quotes (RFQ) for Waste Removal Services at the National Centers for Animal Health in Ames, IA. This solicitation (RFQ number 12405B25Q0103) is designated for small businesses under NAICS Code 562111 and has a firm-fixed price structure. It includes a base year (2025-2026) and four optional renewal years, detailing specific waste removal requirements, including regular collection schedules for various dumpster sizes. Vendors must submit quotes on company letterhead containing detailed pricing for each line item by May 22, 2025, at 3:00 PM Mountain Time, exclusively through email. Quoting vendors need to be active in the System for Award Management (SAM) and comply with all related Federal Acquisition Regulations (FAR). This solicitation aims to clearly outline the waste management needs of the USDA while ensuring competitive procurement from qualified small businesses, thereby reinforcing the government’s commitment to supporting small enterprises. All submitted quotes will be evaluated, and awards will be made based on responsiveness and compliance with the outlined requirements.
    The file appears to be a list of identifiers and locations associated with various government projects or requests for proposals (RFPs), grants, or initiatives. It features a combination of document codes (like D-154, D-3, etc.) along with specific location references (e.g., "Bldg. 24", "Compactor", "Outside RO-448 (H6) Inside"). This structure suggests a cataloging or reference system for internal documentation related to federal government processes. Each code likely corresponds to specific projects or areas of focus, which may include construction, infrastructure management, and facility maintenance. The lack of detailed descriptions indicates that this is an internal tool for organizing and tracking purposes, emphasizing the efficiency needed for the federal grant and RFP landscape. Overall, the file serves as a coding system for managing government contracts and projects.
    The document presents a series of questions and answers regarding Solicitation 12405B25Q0103 for Waste Removal Services, dated May 6, 2025. The incumbent vendor is Zero Waste Solutions, Inc., with contract number 12505B20D0001. No site visit is planned for prospective bidders. Instead of a government-provided pricing sheet, bidders must submit quotes on company letterhead corresponding to the Contract Line Item Numbers (CLINs) outlined in the solicitation. The quote must detail unit prices for specific services, including dumpster rental and emptying schedules, with annual totals specified for each line item. Additionally, bidders are instructed that a 1449 form is unnecessary; however, they must include a price schedule, technical proposal, and past performance history. This solicitation reinforces the competitive bidding process typical of government contracts, emphasizing detailed compliance with provided requirements and pricing structure. The responses aim to clarify bidder expectations and streamline the submission process while ensuring adherence to procurement standards.
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking to assess market interest for qualified small businesses to provide waste removal services for the National Centers for Animal Health in Ames, Iowa. This is a Sources Sought Notice, not a formal request for proposal, aimed at gathering information to inform future acquisition decisions. Potential vendors are encouraged to submit capabilities statements along with their small business category by April 1, 2025. Key requirements and expectations include registration in the System for Award Management (SAM) and a thorough submission detailing past experience, business size, and general capabilities. The applicable North American Industry Classification System (NAICS) for this solicitation is 562111—Solid Waste Collection. It is crucial for responding companies to clearly label any proprietary information and adhere strictly to submission guidelines, as the Government will not reimburse any costs incurred in responding to this notice. This solicitation reflects USDA's efforts to enhance procurement processes while ensuring compliance with federal regulations.
    The United States Department of Agriculture (USDA) requires Waste Removal Services at the National Centers for Animal Health (NCAH) in Ames, Iowa. The Agricultural Research Service (ARS) oversees this initiative, aiming to address agricultural challenges effectively. The contract includes the provision of specific waste removal services, including thirteen six-cubic-yard dumpsters to be emptied three times weekly, and a USDA-owned trash compactor serviced weekly. Additionally, the contractor must supply four thirty-cubic-yard and one ten-cubic-yard roll-off containers, with pickups scheduled as needed by the Contracting Officer's Representative (COR). The document outlines detailed technical requirements, such as locations for waste containers and disposal directives, highlighting the importance of compliance with federal holidays and proper disposal channels, primarily at the City of Ames Resource Recovery Plant and Boone County Landfill. The performance period spans twelve months, including four optional one-year extensions. The overall goal is to ensure responsible and efficient waste management on the campus while supporting the USDA's mission to improve agricultural practices and sustainability.
    The NCAH Waste Removal Services document outlines the scheduled waste management operations for various buildings managed by the USDA. It specifies container sizes, locations, disposal frequency, and designated disposal sites for each dumpster and roll-off container. Most dumpsters, primarily 6 cubic yards in size, are located around different buildings and are serviced three times a week, with disposal at the City of Ames Resource Recovery Plant, and all related fees are to be borne by the contractor. Larger roll-off containers, used on an as-needed basis, are also detailed, including those located at the Boone County Landfill, some requiring special waste authorization provided by the USDA. This file emphasizes the structured waste removal service necessary for compliance with environmental regulations, and outlines the responsibilities of the contractor and the government in managing waste disposal within federal guidelines. Overall, it serves to ensure efficient waste management and compliance with local disposal regulations within the federal context of government contracting and environmental sustainability.
    Lifecycle
    Title
    Type
    Waste Removal Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    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.
    FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for fats and bones removal services at Moffett Field, California. The contract requires the contractor to provide comprehensive services for the removal, pickup, and disposal of supermarket animal and fish by-products, including fats and bones, with a focus on compliance with federal, state, and local regulations. This service is critical for maintaining sanitation and environmental standards at the commissary, ensuring proper waste management and diversion from landfills. Interested small businesses must submit their proposals by December 18, 2025, at 3:00 PM EST, to Marcella Simmons or Robert French via email, with the anticipated contract period spanning from January 1, 2026, to December 31, 2030.
    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.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    S222--New: 5-Year Ordering Period (01/01/2026 - 12/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and its affiliated CBOCs.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, Illinois, along with its affiliated Community-Based Outpatient Clinics (CBOCs). The procurement involves a five-year ordering period from January 1, 2026, to December 31, 2030, during which the contractor will be responsible for the weekly collection of various types of medical waste and the provision of reusable, leak-proof containers, ensuring compliance with all relevant federal, state, and local regulations. This contract is critical for maintaining health and safety standards within the VA facilities, with a minimum guarantee of $1,000 and a ceiling of $1,500,000. Interested parties must submit their quotes by December 16, 2025, and are encouraged to attend a site visit scheduled for December 3, 2025; for further inquiries, contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov.
    Waste Removal Services
    State, Department Of
    The U.S. Embassy in Oslo, Norway, is seeking qualified vendors to provide waste removal services for the Embassy Compound and the Deputy Chief of Mission residence. The procurement involves a firm-fixed-price contract with an Indefinite-Delivery Indefinite-Quantity (IDIQ) structure, consisting of a one-year base period and three optional one-year extensions. This service is crucial for maintaining the cleanliness and environmental standards of the Embassy facilities. Quotations must be submitted electronically in English by January 20, 2026, at 16:00 local time, and interested contractors should ensure they are registered in the SAM database prior to submission. For further inquiries, vendors may contact Caroline E. Harley at HarleyCE3@state.gov or Johanna Dawson at OsloGSOBids@state.gov.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.