Integrated Solid Waste Management
ID: FA4528-26-Q-DH01Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4528 5 CONSMINOT AFB, ND, 58705, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Integrated Solid Waste Management (ISWM) services at Minot Air Force Base (AFB) in North Dakota. The contractor will be responsible for all aspects of solid waste collection and recycling, including the provision of personnel, equipment, and vehicles necessary for the pickup, transportation, and delivery of refuse and recyclable materials from various base facilities. This procurement is critical for maintaining environmental standards and operational efficiency at the base, with a projected contract period starting January 1, 2026, encompassing a base year and four one-year options. Interested parties must submit their quotes by November 17, 2025, and direct any inquiries to Lt Jacob Trach at Jacob.Trach.1@us.af.mil or Nikole Braddy at nikole.braddy@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Minot AFB Integrated Solid Waste Management" solicitation (FA4528-26-Q-DH01) addresses questions regarding waste management services. Key clarifications include that all waste containers, except for common use receptacles for points of collection, are government-provided as per PWS para 1.1.8. Contractor-provided items include receptacles for points of collection, as detailed in PWS para 1.1.6 and Appendix B. A more legible map for Municipal Solid Waste/Food Waste collection pickup locations is available in Amendment 2 Attachment 6. Additionally, the frequency notations "1W, 2W, 3W, 4W, and 5W" in Tables A2 and A3 denote weekly frequencies for collection.
    The Minot AFB Integrated Solid Waste Management Solicitation FA4528-26-Q-DH01 provides clarifications regarding waste management requirements. Key points confirm that all waste containers and compactors (specifically, the self-contained compactor at the commissary) are contractor-provided. The document clarifies that 1-5W denotes weekly frequency for waste collection. A more legible map of Municipal Solid Waste/Food Waste collection pickup locations is available in amendment 2 attachment 6. Information regarding incumbent contractors, contract numbers, obligated amounts, base/option year values, and past points of contact is not directly releasable and requires a FOIA request. The projected period of performance starts January 1, 2026, and includes a base year plus four one-year option periods. The current contracting officer is Scott Stauffer (scott.stauffer@us.af.mil), with Nikole Braddy (nikole.braddy@us.af.mil) as the backup.
    The Performance Work Statement details the contractor's responsibilities for integrated solid waste management at Minot AFB, including municipal solid waste collection and recycling services while adhering to all relevant regulations. It outlines specific collection requirements, frequency, and procedures for managing waste and recyclables, along with necessary adjustments and reporting requirements. The contractor must ensure environmental safety, maintain equipment, and follow guidelines for hazardous materials, while the government will monitor performance and compliance through periodic inspections.
    The government file "QUOTE SHEET - FA452825QDH01" outlines a Request for Proposal (RFP) for waste management and recycling services, detailing various items across five base years (identified by item numbers 0001-0009, 1001-1009, 2001-2009, 3001-3009, and 4001-4009) and an option to extend services (item 5001). The services include municipal solid waste/food waste collection for both the base and commissary, recyclable collection, common use trash receptacle collection (seasonal), unscheduled item pick-up, special event support, and construction/demolition debris pick-up. Additionally, the RFP covers landfill tipping fees for the base, hospital, commissary, and construction/demolition debris. The document provides a framework for companies to quote unit prices and total amounts for each service, indicating a comprehensive waste management requirement for a federal entity.
    This government file, Wage Determination No.: 2015-6025 Revision No.: 2, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract workers in McHenry, Renville, and Ward Counties, North Dakota. It details compliance requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded before and after January 30, 2022, respectively, for 2025. The document lists numerous occupational categories with corresponding hourly wage rates. It also mandates fringe benefits, including health and welfare ($5.55/hour or $5.09/hour with EO 13706 paid sick leave), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover hazardous pay differentials (4% or 8%), uniform allowances, and procedures for conforming unlisted occupations via Standard Form 1444, ensuring fair compensation and adherence to federal labor laws.
    This document, Attachment 4 of FA4528-25-Q-DH01, outlines the "Responsibility Questionnaire" and "Financial Institution Reference Sheet" required for contractors submitting proposals. The questionnaire mandates companies to provide details for up to three past customer contracts, including contact information, performance dates, annual value, and services. The financial reference sheet requires contractors to provide their company and bank contact information, granting permission for the 5th Contracting Squadron to contact their financial institution. The banking institution will then complete a section detailing average monthly balances, loan and credit amounts, payment history, duration with the institution, and credit rating. This attachment is crucial for evaluating a contractor's responsibility and financial stability as part of the solicitation award process.
    The FA4528-25-Q-DH01 document is a Past and Present Performance Information Form (PPIF) used to evaluate contractor performance for federal government contracts, specifically within the context of RFPs and grants. It requires detailed information from both the contractor (prime or sub) and the evaluator. The form assesses various aspects of performance, including management, personnel, quality control, adherence to schedules, problem-solving, financial responsibility, and cooperation with government personnel. A six-tier rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Neutral) is provided, with a mandatory narrative explanation for Marginal or Unsatisfactory ratings. The form concludes with questions regarding overall performance, cure/show cause notices, willingness to re-award contracts, and CCASS ratings, emphasizing its role in source selection sensitive evaluations.
    The document, "APPENDIX B MAP B-1 – MUNICIPAL SOLID WASTE/FOOD WASTE COLLECTION PICK-UP LOCATIONS BASE, HOSPITAL & COMMISSARY AREAS," identifies specific locations for waste collection. This appendix is a map detailing where municipal solid waste and food waste will be collected within the base, hospital, and commissary areas. The purpose of this document is to clearly outline the pick-up points, likely for a request for proposal (RFP) related to waste management services. This ensures that potential contractors understand the scope and logistics of waste collection services required by the government entity.
    The Department of the Air Force, 5th Contracting Squadron at Minot AFB, ND, has issued a Request for Quotation (RFQ) FA4528-26-Q-DH01 for Integrated Solid Waste Management Services. This 100% 8(a) Small Business Concerns set-aside acquisition, with NAICS code 562111 and a size standard of $47,000,000.00, seeks a contractor to provide all personnel, equipment, and services for municipal solid waste collection and recycling at Minot AFB. Services include pickup, transportation, and delivery to landfills and recycling centers for various base areas. The contract will be a Firm-Fixed-Price (FFP) award based on simplified acquisition procedures. Quotes are due by November 17, 2025, 10:00 AM CDT, and will be evaluated on price, technical acceptability (Quality Control Plan and Manpower/Personnel Retention), and past performance. Questions must be submitted by November 7, 2025.
    The Department of the Air Force, 5th Contracting Squadron at Minot AFB, ND, has issued a Request for Quotation (RFQ) for Integrated Solid Waste Management Services. This 100% 8(a) Small Business Concerns set-aside acquisition (NAICS 562111, $47M size standard) seeks proposals for municipal solid waste collection, recycling, and associated services, including landfill tipping fees, at Minot AFB. Quotes are due by November 3, 2025, 10:00 AM CDT. The contract will be a Firm-Fixed-Price award based on best value, evaluating price, technical (Quality Control Plan, Manpower and Personnel Retention), and past performance. Offerors must be SAM registered and submit quotes via email to the listed points of contact, including a redacted copy.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Other than Full and Open Competition_Integrated Waste Management
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.
    Sources Sought: Minot AFB Construction MACC
    Buyer not available
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Conchas Waste Management & Disposal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for waste management and disposal services at the Conchas Dam Project in New Mexico. The contract, designated as a total small business set-aside, requires the contractor to provide all necessary personnel, equipment, and supplies to manage waste collection and disposal for government facilities within the project boundaries, adhering to specified schedules for both recreation and off-season periods. This procurement is crucial for maintaining environmental standards and operational efficiency at the site, with a firm, fixed-price service contract expected to cover a base year from January 1, 2026, to December 31, 2026, and four additional option years through 2030. Interested parties should contact Glenda Kohlieber at Glenda.D.Kohlieber@usace.army.mil or call 575-479-6095 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.