Recyclable Collection Services
ID: 69056725Q000002Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration's Western Federal Lands Division, is seeking qualified contractors to provide recyclable collection services at their facility in Vancouver, Washington. The procurement involves weekly pickup of recyclables, with the contract set to commence on January 1, 2025, and lasting for a base year with four optional renewal years. This initiative underscores the government's commitment to sustainable waste management practices, aligning with federal guidelines and local regulations. Interested vendors must submit their quotations by October 24, 2024, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738.

    Point(s) of Contact
    WFL Simplified Acquisition
    (360) 619-7738
    WFL.Purchasing@dot.gov
    Files
    Title
    Posted
    This document contains vendor questions and answers related to a solicitation for recyclable collection services under Solicitation No. 69056725Q000002, aimed at engaging contractors for waste management. Key inquiries addressed include the project's budget, which remains undisclosed, and the indication of potential upfront costs tied to contractor qualifications specified in the Statement of Work (SOW). The document clarifies the absence of an incumbent contractor and outlines the collection schedule determined by the contractor. Further details confirm that the recyclable collection covers a wide range of materials and that the containers used for services could be wheeled, subject to local municipal codes. The pricing schedule accurately reflects a year with 53 weeks due to the specific calendar configuration in 2026. The document emphasizes that all necessary information for quoting is contained within the RFQ, negating the need for site visits. The overall goal is to ensure clarity in procurement processes while underscoring requirements for recyclable material handling and collection procedures. This solicitation reflects the government’s commitment to sustainable waste management practices, demonstrating transparency in communication with prospective bidders.
    This document consists of vendor questions and answers related to a federal solicitation for Recyclable Collection Services (Solicitation No. 69056725Q000002). It addresses inquiries made by vendors regarding the project budget, upfront costs, and incumbent contractor information. The overall budget is not disclosed, nor is there clarity on upfront costs, although they may exist due to specific contractor qualifications mentioned in the Statement of Work (SOW). Additionally, details about any incumbent contractors, including previous contract numbers and values, are referenced as needing to be looked up in the SOW. The answers are structured to guide vendors on where to find necessary information, emphasizing reliance on the SOW for specific contractual details. This format reflects a common practice in government solicitations to maintain transparency while protecting sensitive budgetary information. Overall, the document plays a critical role in clarifying the solicitation process for interested vendors, ensuring they have access to the essential information needed for bidding on the project.
    The document consists of vendor questions and answers related to a solicitation for recyclable collection services under Solicitation No. 69056725Q000002. The primary topic revolves around budgetary concerns, contractor qualifications, and contract specifics. Key questions include inquiries about the overall project budget, the presence of upfront costs connected to contractor qualifications, and current contract details including expiration and pricing. Notably, it confirms that the current recycling containers are not government-owned. The budget and contract values are intentionally withheld as per the Statement of Work (SOW), reinforcing the procedure in handling this request for proposals. The document aims to address potential vendors' queries to facilitate understanding and compliance with the requirements laid out in the solicitation. Overall, it emphasizes transparency within the bounds of regulatory constraints while fostering competition among prospective contractors.
    The document addresses vendor inquiries related to a solicitation for Recycling Collection Services, as outlined in Solicitation No. 69056725Q000002. It specifies that the detailed budget for the project is not disclosed, and while upfront costs may be necessary due to contractor qualifications, such costs are uncertain. The current contract, which expires at the end of 2024, has its pricing confidential. The recycling containers are not government-owned, and the collection schedule is determined by the contractor. Notably, there are no set-aside provisions for this solicitation. Additional clarifications include the confirmation that the pricing schedule corresponds accurately with the 53-week year in 2026 and that additional monthly pickups are required for quotation but may not be necessary during contract performance. This document serves as an essential resource for potential vendors to understand the parameters and expectations associated with the solicitation, ensuring informed participation in the bidding process.
    The document pertains to Amendment 0001 of a solicitation issued by the Federal Highway Administration (FHWA), specifically the Western Federal Lands Highway Division (WFLHD). The amendment updates the Statement of Work to include unscheduled service requirements for recyclable collection services at their facility in Vancouver, Washington. The amendment specifies that the contractor, Waste Connections of Washington Inc., will provide a 6-yard commercial container for recyclables and conduct weekly collection, with pricing for one additional unscheduled pick-up per month. The contract will last for a base year starting January 1, 2025, and includes four optional subsequent years. This amendment ensures compliance with sustainability laws and modifies the original contract terms, maintaining all other stipulations untouched. The document underscores the government's commitment to environmental sustainability through effective waste management practices, aligned with federal guidelines and local regulations.
    The United States Department of Transportation's Federal Highway Administration (FHWA) is issuing a Request for Quotation (RFQ) for recyclable collection services. This RFQ targets contractors to provide weekly pickup of recyclables from a facility in Vancouver, WA. Key details include the solicitation release date (September 23, 2024), due dates for questions (October 21, 2024) and quotations (October 24, 2024), with a proposed award date of November 15, 2024. The submission must comply with the Federal Acquisition Regulation and include particulars such as price quotes, licenses, and acknowledgment of amendments. Evaluation criteria for selection are based on Lowest Price Technically Acceptable (LPTA), focusing on price, technical compliance, and past performance. The RFQ outlines specific service requirements and performance periods, offering base and optional years ranging from 2025 to 2029. Contractors must be licensed as per local regulations and be registered in the System for Award Management prior to proposal submission. This procurement emphasizes environmentally responsible practices and compliance with sustainability laws.
    The Past Performance Reference Questionnaire is a document utilized in the evaluation of contractors involved in federal contracts. It requires the contractor to provide specific details for references to assess their performance regarding a prior contract. The questionnaire includes defined ratings—Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory—along with criteria outlining the circumstances under which each rating applies. Key areas of evaluation include the quality of technical abilities, adherence to schedules, cost management, special needs fulfillment, management effectiveness, small business subcontracting, compliance with laws, resource management, and future recommendation potential. Each section requires qualitative narrative justifications relating to the rating given. The ultimate goal of the questionnaire is to inform government contracting officers about the past performance of contractors, which will impact source selection in future contracting opportunities. The document emphasizes timely submission, confidentiality, and the importance of comprehensive and honest appraisal. It is categorized as Source Selection Sensitive, indicating a high level of confidentiality in the information provided.
    The document outlines Wage Determination No. 2015-5563 issued by the U.S. Department of Labor under the Service Contract Act, detailing applicable minimum wage rates and fringe benefits for contractors in Oregon and Washington. It specifies wage rates for various occupations, identifying minimums based on contract dates and relevant Executive Orders. For contracts initiated after January 30, 2022, a minimum wage of $17.20 applies, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90. Additionally, the document includes specific wage rates for 300+ occupations, emphasizing compliance with health and welfare benefits, vacation, and holiday requirements. A note regarding both paid sick leave and a variety of potential pay differentials for hazardous duties is provided. The document illustrates the Department of Labor's efforts to ensure fair compensation and benefits to employees under federal contracts, reinforcing standards for labor practices while guiding contractors on wage determination processes in line with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a project titled "WA FLAP PACIFI 12800(2), 67th Place Public Enhancement to Willapa NWR". The project is located 2 miles East of Long Beach, Washington in Pacific County. It involves roadway embankment, paving, and striping. The project is 0.15 miles in length and is expected to be completed by Fall 2025. The contract type is Sealed Bid, Firm-Fixed-Price. The estimated price range for the project is between $700,000 and $2,000,000. This solicitation is offered as a Total Small Business Set-Aside. Interested vendors must register as a SAM user to view the Interested Vendors List. The INVITATION FOR BIDS will be posted on SAM.gov.
    Solid Waste and Recycling Removal Services - FCI Danbury
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting quotes for Solid Waste and Recycling Removal Services at the Federal Correctional Institution (FCI) in Danbury, Connecticut. The procurement requires the provision of various containers and collection schedules for waste and recycling, with specific guidelines on container types, operations, and pick-up frequencies outlined in the solicitation. This initiative underscores the government's commitment to efficient waste management within correctional facilities, ensuring compliance with federal standards and logistical considerations. Interested contractors must submit their quotes by October 11, 2024, via email to Sarah Burke at sburke@bop.gov, and must be registered in the System for Award Management (SAM) database to be eligible for consideration.
    Ft Moore Refuse / Collection
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Moore, Georgia, is seeking bids for refuse collection and recycling services under Solicitation No. W911SF-24-R-0012. The contractor will be responsible for providing all necessary labor, equipment, and supervision to manage the collection, recycling, and disposal of solid waste across the installation, which serves approximately 120,000 military and civilian personnel. This procurement is critical for maintaining environmental sustainability and compliance with federal waste management regulations, aligning with the Army's Net Zero Waste program. Interested parties must submit their bids by 2:00 p.m. EST on October 28, 2024, and can direct inquiries to Christopher Kimble at christopher.l.kimble.civ@army.mil or Racheal Valdez at racheal.l.valdez.civ@army.mil.
    S205--589-25-1-4756-0002 | Waste Removal Services l WI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for waste removal services at the Robert J. Dole VA Medical Center in Wichita, Kansas. The procurement aims to ensure compliance with health regulations, maintain sanitary conditions, and provide regular waste collection and recycling services, with a strong emphasis on utilizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This contract, valued at $47 million for a base year with four option years, requires interested vendors to submit their quotations by October 11, 2024, at 5 PM Central Time, and to adhere to federal laws and insurance requirements. For further inquiries, vendors may contact the contracting officer, James W. Hogue, via email at James.Hogue@va.gov.
    Waste Removal and Recycling Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified contractors to provide waste removal and recycling services at the National Institute for Occupational Safety and Health (NIOSH) facilities located in Morgantown, West Virginia. The procurement includes weekly domestic waste removal and monthly single stream recycling services, with the contractor responsible for all associated costs, including dumpster rental and transportation. This contract is crucial for maintaining operational efficiency and compliance with environmental standards, and it emphasizes inclusivity by adhering to Section 508 of the Rehabilitation Act. The Request for Quotations (RFQ) is expected to be released at the end of November 2024, with a firm-fixed price contract spanning from February 1, 2025, to January 31, 2030, and interested small businesses should direct inquiries to Joseph Butkus at jbutkus@cdc.gov.
    OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FS ERFO 2020(1)-14(1) and WA ERFO FS UMATL614 2020-1(1) projects, which involve extensive repairs in the Walla Walla South and North Umatilla areas. The scope of work includes excavation, grading, aggregate surfacing, drainage improvements, and stream bank stabilization, aimed at enhancing the resilience and safety of critical infrastructure in the Umatilla National Forest. With an estimated project cost between $5 and $10 million and a tentative completion date set for spring/summer 2027, interested bidders are encouraged to prepare for the solicitation process, which will be formally announced in early 2024. For further inquiries, potential contractors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    IFB 33-4045 METALLIC and NON-METALLIC SCRAP- LEWIS, WA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Disposition Services is inviting bids for the sale of approximately 1.8 million pounds of metallic and non-metallic scrap located at the Puget Sound Naval Shipyard in Bremerton, Washington. Bidders must comply with specific requirements, including base access, adherence to environmental and safety regulations, and the obligation to remove all railcars without culling within 180 days post-award. This sale reflects the DLA's commitment to responsible asset disposal and regulatory compliance, ensuring that all transactions align with federal laws regarding hazardous materials. Interested parties should submit their sealed bids by October 11, 2024, and can contact Todd Koleski at todd.koleski@dla.mil or Amber Bruce at amber.bruce@dla.mil for further information.
    Chequamegon-Nicolet National Forest - Garbage and Recycling Service for Recreation Sites
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for garbage and recycling services at recreation sites within the Chequamegon-Nicolet National Forest in Wisconsin. The contract requires the collection, disposal, and recycling of solid waste at designated campgrounds, with specific service schedules for Peak, Shoulder, and Off-Season periods, including the provision of bear-resistant dumpsters. This initiative is crucial for maintaining environmental compliance and promoting sustainable waste management practices in national forest recreational areas. Proposals are due by October 18, 2024, with services expected to commence on November 1, 2024, and interested vendors should contact Scott Beeman at scott.beeman@usda.gov for further details.
    WA ERFO FS GIFPN603 2020-1(1), Gifford Pinchot Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a project titled "Gifford Pinchot Repairs 2020, Phase 1" in Randle, Washington. The project involves various activities such as earthwork, road base reconstruction, embankment reconstruction, slope construction, and drainage infrastructure. The estimated price range for the project is between $2,000,000 and $5,000,000. The project is expected to be completed by Summer 2025. The procurement type is sealed bid and the contract type is firm-fixed-price. Interested vendors can view the Interested Vendors List by registering as a SAM user. This solicitation is offered as a small business set-aside.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the WA ERFO NPS MORA 2022-1(1) project, which involves repairs at Mount Rainier National Park. The primary objectives of this firm-fixed-price construction contract include bank stabilization using rip rap revetment with large woody debris, grading, drainage, and paving, covering a total project length of 0.18 miles. This project is significant for maintaining the integrity of park infrastructure and ensuring safe access for visitors, with an estimated price range between $700,000 and $2,000,000. Interested parties must respond to this sources sought notice by submitting the required form by October 24, 2024, at 1400 PT, and can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information.