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
    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 option to extend for four additional 12-month periods, and requires the contractor to manage all aspects of waste collection while adhering to local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and environmental compliance, emphasizing recycling and minimizing landfill disposal. 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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
    Similar Opportunities
    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.
    John Edgar Hoover (JEH) Waste Management Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide Waste Management Services at the John Edgar Hoover (JEH) Building in Washington, DC. The contract, which is set aside for HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or Women-Owned Small Businesses (WOSB), includes a base period plus four option periods, emphasizing the establishment of a Mini-Material Recovery Facility to manage solid waste and recycling operations. Key responsibilities include sorting, baling, transporting recyclable materials, and maintaining compliance with safety and environmental regulations, with a focus on personnel security clearances and detailed record-keeping. Interested parties must submit their quotes by 12:00 PM EST on Thursday, December 18th, 2023, and can direct inquiries to Ms. McKenzie Bucher at mpbucher@fbi.gov.
    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.
    Pit Benck Stock Forklifts parts
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking to procure parts for Pit Bench Stock Forklifts through a sole source justification. The procurement is aimed at fulfilling the requirements of purchase order 2031ZA23P00185, which has been awarded to TeamGov, Inc. for these specific parts, highlighting their critical role in maintaining operational efficiency within the bureau's facilities. Interested parties can reach out to Adnan Sillah at adnan.sillah@bep.gov or call 202-874-2634 for further details regarding this opportunity.
    DFW Universal Waste Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for universal waste removal services at the Dallas-Fort Worth National Cemetery under Solicitation Number 36C78626Q50028. The contract encompasses the collection, removal, and disposal of various hazardous wastes, including used oil, coolant, and oily water, over a base year and four option years from 2026 to 2030. This procurement is critical for maintaining environmental safety and compliance with federal regulations, requiring contractors to have relevant experience, licenses, and adherence to safety standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit questions by December 12, 2025, with responses provided via amendment by December 16, 2025; for further inquiries, contact David Hester at David.Hester@va.gov.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs & 13 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for municipal solid waste disposal and recycling services across its VISN 5 facilities in Maryland and Washington D.C. The procurement aims to establish a single-award, firm-fixed-unit-price BPA that emphasizes a value-engineered approach to maximize recycling and minimize landfill use, with a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses. This contract is crucial for maintaining effective waste management and recycling programs at various VA Medical Centers and Community-Based Outpatient Clinics, ensuring compliance with federal, state, and local regulations. Interested contractors must submit their quotes by January 20, 2026, and direct any questions to Darren G. Morris at darren.morris2@va.gov.
    Trash Disposal Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA West Virginia VAMCs Only (4 VAMCs & 17 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) for Municipal Solid Waste and Recycling Services specifically for VISN 5 facilities in West Virginia, which includes four VA Medical Centers (VAMCs) and seventeen Community-Based Outpatient Clinics (CBOCs). The procurement aims to establish a single-award, firm-fixed-unit-price BPA that will cover the collection, transportation, and disposal of municipal solid waste, industrial waste, and construction debris, alongside a comprehensive recycling program that emphasizes education and outreach. This initiative is crucial for maintaining environmental standards and efficient waste management within the VA facilities. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes by January 22, 2026, with questions due by January 8, 2026. For further inquiries, contact Darren G. Morris at darren.morris2@va.gov.
    TRASH REMOVAL SERVICES AT FORT HAMILTON COMMISSARY
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking a contractor to provide trash removal services at the Fort Hamilton Commissary located in Brooklyn, New York. The contractor will be responsible for all personnel, equipment, and transportation necessary for the removal, pickup, and disposal of trash three times a week, while ensuring compliance with all local, state, and federal environmental regulations. This procurement is a Total Small Business Set-Aside, with a contract period consisting of one base year and four one-year option periods, and the anticipated award date is March 1, 2026. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Marcella Simmons at marcella.simmons@deca.mil or Robert French at ROBERT.FRENCH@DECA.MIL.
    Trash Service, Haskell Indian Nations University (
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting quotes for trash collection services at Haskell Indian Nations University (HINU) in Lawrence, Kansas. The procurement involves a firm-fixed-price purchase order for refuse collection and disposal services, with a base year from January 1, 2026, to December 31, 2026, and four optional one-year extensions through December 31, 2030. This service is crucial for maintaining the university's cleanliness and compliance with health and sanitation regulations, requiring the contractor to provide specific equipment and adhere to various federal and state standards. Quotes are due by December 17, 2025, at 2:00 p.m. Central Standard Time, and must be submitted via email to Jeff Morris at jeff.morris@bie.edu.