WCF Municipal Solid Waste and Recyclables Removal Services
ID: 2031ZA25Q00125Type: Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF ENGRAVING AND PRINTINGOFFICE OF THE CHIEF PROCUREMENT OFFICERWASHINGTON, DC, 20228, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 10:00 PM UTC
Description

The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking qualified contractors to provide municipal solid waste and recyclables removal services at its Western Currency Facility in Fort Worth, Texas. The contract encompasses a base period of one year, starting May 1, 2025, with the potential for four additional one-year renewal options, focusing on minimizing landfill disposal and maximizing recycling efforts while adhering to all relevant regulations. This procurement is critical for maintaining operational efficiency and environmental compliance at the facility, which handles sensitive materials. Interested parties must submit their quotes by April 15, 2025, and direct any inquiries to Ariel Dillon at ariel.dillon@bep.gov by April 7, 2025, to ensure clarity on the solicitation requirements.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 6:05 PM UTC
The document outlines a solicitation for a contract to provide municipal solid waste and recyclables removal services for the Bureau of Engraving and Printing's Western Currency Facility in Fort Worth, Texas. The contract will cover a base period of one year starting May 1, 2025, with four optional renewal periods, each lasting 12 months. The contractor is responsible for all personnel, equipment, and services needed to perform waste collection while adhering to federal, state, and local regulations. Key objectives include minimizing landfill disposal, maximizing recycling, and providing comprehensive collection reports. The contract type is firm fixed price, and the contractor must implement a Quality Control System, involving monitoring and documentation of service performance. The government retains the right to evaluate contractor performance per a Quality Assurance Surveillance Plan. The contractor must ensure personnel comply with specific security requirements and operational standards while having the necessary qualifications, particularly in environmental regulations. This solicitation is part of the federal procurement framework aimed at securing vital services efficiently while meeting regulatory compliance and operational standards.
The Performance Work Statement (PWS) outlines the contract requirements for municipal solid waste and recyclables removal services at the Bureau of Engraving and Printing's Western Currency Facility in Fort Worth, Texas. The Contractor is responsible for providing all necessary personnel, equipment, and services, while adhering to local, state, and federal regulations. Key objectives include recycling all solid waste, maintaining waste containers, and providing detailed collection reports. The 12-month base contract is extendable for four option years, with performance evaluations based on established quality control and assurance standards. Major tasks include scheduled and emergency container collections, maintaining cleanliness of collection areas, and ensuring all waste is disposed of at licensed facilities—no landfill disposal is permitted. The contractor must also generate monthly reports detailing container usage, total weight, material collected, and final disposal destinations. Importantly, contractor personnel must adhere to stringent security and identification protocols due to the sensitive nature of BEP operations. The document emphasizes performance standards, accountability, and regulatory compliance throughout the contract duration.
Mar 31, 2025, 6:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the methods and responsibilities for monitoring the municipal solid waste and recyclables removal services at the Bureau of Engraving and Printing's Western Currency Facility. Its main purpose is to ensure contractor performance aligns with the contract requirements while holding them accountable for quality control. The contract requires timely waste collection, including emergency responses, and mandates that the contractor maintains a quality control program. Key roles include the Contracting Officer (CO), who holds the agreement’s authority, and the Contracting Officer’s Representative (COR), responsible for overseeing contractor adherence to contract terms. Surveillance methods include periodic inspections and customer feedback, documented through structured checklists. Non-conformance is addressed in a tiered manner, distinguishing between minor, major, and critical discrepancies, with specified corrective actions. Performance metrics are defined in a summary table focused on collection efficiency and reporting standards. Additionally, the QASP is a dynamic document subject to modifications as necessitated by data analysis or contract changes, promoting continuous improvement in service delivery. This plan exemplifies rigorous oversight within federal procurement processes to enhance overall service quality and compliance with set standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Currency Package Film
Buyer not available
The Bureau of Engraving and Printing (BEP), part of the Department of the Treasury, is seeking to procure Currency Package Film for the packaging of U.S. currency at its facilities in Washington, DC, and Fort Worth, TX. This procurement will be executed through a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will span five years and include fixed price items, aimed at ensuring a continuous supply of high-quality packaging materials that meet stringent performance and safety standards. The films are critical for maintaining the integrity and security of currency packaging, adhering to federal regulations while supporting efficient operations within the BEP. Interested vendors must submit their capabilities and relevant information by May 20, 2025, at noon EST, and can contact Sharrion Mosley at sharrion.young-mosley@bep.gov or Susan Dela Cruz at susan.delacruz@bep.gov for further inquiries.
S--MTE Trash Removal Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking small businesses to provide weekly trash removal services at the Mt. Elbert Powerplant located in Twin Lakes, Colorado. The procurement includes the rental of three 4-yard dumpsters and encompasses all necessary labor, transportation, and supervision for the garbage removal services, which are to be performed once a week. This initiative is crucial for maintaining operational efficiency at the Powerplant and aligns with the Bureau's commitment to engaging small businesses in federal contracting. Interested parties must submit their responses, including a capability statement and relevant project experience, by April 28, 2025, to the designated government contacts, as this is a Sources Sought Notice and not a formal Request for Proposals.
Folsom Dam Trash Collection and Disposal
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide trash collection and disposal services at Folsom Lake, California, through a Request for Quote (RFQ) numbered 140R2025Q0037. The contract encompasses a five-year period, starting from July 12, 2025, to July 11, 2030, and includes weekly pickups of government-owned trash and cardboard bins, as well as contractor-owned roll-off containers for various waste types. This procurement is vital for maintaining an efficient and environmentally responsible waste management system, ensuring compliance with federal guidelines while promoting small business participation. Interested vendors must submit their quotes by May 7, 2025, at 3:00 PM PST, and can direct inquiries to Sherry Heibeck at sheibeck@usbr.gov or by phone at (916) 978-6188.
MBRTB-Yampa Ranger District- Trash Collection Services
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for trash collection services at the Yampa Ranger District within the Medicine Bow-Routt National Forest in Colorado. The contract, which is a single award, firm-fixed price agreement, requires the contractor to provide dumpsters, perform trash collection from designated campgrounds, and adhere to safety and environmental standards, including the use of bear-resistant dumpsters. This initiative is crucial for maintaining cleanliness and ecological integrity in public spaces, particularly in camping areas, and supports community engagement in responsible waste disposal practices. Interested contractors must submit their quotes, including a technical proposal, by following the guidelines outlined in the Request for Quotes documents, with the contract expected to commence on June 1, 2025, and run for a base year with four optional renewal years. For further inquiries, potential bidders can contact Curtis Landreth at curtis.r.landreth@usda.gov.
SERVICE, SOLID WASTE PICK-UP AND DISPOSAL SERVICES
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for solid waste pick-up and disposal services at Biscayne National Park, as outlined in solicitation number 140P5425Q0015. The contract will cover a one-year period from May 15, 2025, to May 14, 2026, requiring the contractor to manage non-hazardous waste through scheduled pickups from designated dumpsters while adhering to federal, state, and local waste disposal regulations. This procurement is vital for maintaining cleanliness and environmental standards within the national park, supporting sustainability practices, and ensuring compliance with federal regulations. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Tony Eusebio at TonyEusebio@nps.gov or by phone at 470-819-0959.
San Antonio HW Removal and Disposal
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the removal, transportation, and disposal of hazardous waste from military installations in the San Antonio area. The contract encompasses a range of hazardous materials, including RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, with a focus on compliance with environmental regulations and safety protocols. This procurement is critical for maintaining environmental standards and ensuring safe waste management practices within military operations. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Ronald Hobbs at Ronald.Hobbs@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
Lepe, ns-Lepe, SNI, IFS, BPS Currency Strap and Bundle Band Rolls
Buyer not available
The Department of the Treasury, through the Bureau of Engraving and Printing (BEP), is seeking proposals for the procurement of currency strap and bundle band rolls, essential for the packaging of Federal Reserve Notes. This opportunity is a 100% Small Business set-aside under NAICS Code 323111, with a minimum contract value of $180,015.67 and a maximum aggregate limitation of $3.478 million over five ordering periods. The contract will be awarded as a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, emphasizing the importance of quality assurance and compliance with government specifications. Interested vendors must submit their proposals by 12:00 PM (EST) on May 1, 2025, and can direct inquiries to Contract Specialist Benjamin Demeter at benjamin.demeter@bep.gov or (202) 874-3857.
S--Trash Pick-up and Disposal Services for LCRO
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office (LCRO), is seeking to procure trash pick-up and disposal services through a non-competitive sole source solicitation. The requirement is for recurring trash collection and disposal services at the LCRO, with Boulder Disposal Inc. identified as the only known provider capable of fulfilling these needs. This contract will be structured as a Firm-Fixed Price Purchase Order, covering a base year with the option for four additional years, with an anticipated award date in May 2025 and service commencement in July 2025. Interested parties are encouraged to submit capability statements or proposals by April 28, 2025, at 4:00 PM local time, and may direct inquiries to Ms. Angela Craig at adcraig@usbr.gov.
The Sale of Baled Post-Consumer Manifold Coloured (MCL)
Buyer not available
The Department of Defense, through the Fort Knox Qualified Recycle Program, is inviting bids for the sale of approximately 40,000 lbs. of baled post-consumer Manifold Coloured Ledger (MCL). Interested bidders are required to submit their offers by April 22, 2025, and are encouraged to inspect the materials prior to bidding, ensuring compliance with specified requirements regarding pick-up logistics, transportation costs, and adherence to environmental management standards. The successful bidder will be responsible for transportation and must complete pick-up within five working days after notification, with evaluations based on pricing. For further inquiries, bidders can contact Jamie Daley at jamie.l.daley2.naf@army.mil or Tara Mounce at tara.w.mounce.naf@army.mil.
Solid Waste (refuse) Removal
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified vendors to provide solid waste removal services for the Beaver Lake Project office and associated facilities in Arkansas. This procurement, identified by solicitation number W9127S25Q0026, is a total small business set-aside under NAICS Code 562111, focusing on refuse collection services from the date of award through December 31, 2029. The selected contractor will be responsible for waste management at key locations, including the Beaver Project Office and Beaver Powerhouse, ensuring compliance with federal regulations while supporting the government's commitment to engaging small businesses. Interested vendors must submit their quotes by May 14, 2025, and can contact John Kattengell at john.r.kattengell@usace.army.mil or 501-340-1260 for further information.