Refuse & Recycling Services at MN076 - Multiple Sites in Minnesota
ID: W911SA25QA074Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide refuse and recycling services at multiple Army Reserve facilities across Minnesota. The contract encompasses a base period from June 1, 2025, to May 31, 2026, with four optional extension periods and a six-month option to extend services, emphasizing the importance of maintaining a clean environment and proper recycling practices at the designated sites. Interested vendors must be SDVOSB certified and are encouraged to attend a site visit on April 10, 2025, with written questions due by April 11, 2025. For further inquiries, potential bidders can contact Deena Murphy at deena.l.murphy.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 5:07 PM UTC
The MN076 Refuse Services Price Schedule outlines a contract (W911SA25QA074) for refuse and recycling services, detailing various line items (CLINs) for both refuse and recycling across multiple sizes and frequencies. Services include collection of dumpsters of varying capacities such as 2YD, 4YD, 6YD, and 8YD, with collections ranging from once a week to every other week (EOW). Specifically, each CLIN identifies the number of dumpsters and their corresponding sizes required for different service codes (e.g., MN001 for Refuse Services). The document features categories for refuse services and recycling services, structured into multiple pricing CLINs that are to be filled out for bid pricing, including monthly totals and an overall contract value. The itemization demonstrates the government’s intent to establish clear service expectations and budgetary considerations for waste management solutions. The pricing section requires completion in designated cells, capturing the total cost for base services and potential options for future periods. In summary, this contract document facilitates the procurement process for refuse and recycling management, aligning with government RFP standards by specifying service details, quantities, and pricing structures for potential contractors bidding on the project.
Apr 4, 2025, 5:07 PM UTC
The document outlines the requirements package for antiterrorism (AT) and operations security (OPSEC) in relation to a government contract titled "MN076 REFUSE." It emphasizes the necessity for comprehensive reviews of the statement of work (SOW), quality assurance plans, and source selection criteria concerning AT and related security matters. A signed AT/OPSEC cover sheet is mandatory for most contracts, supplemented by mandatory reviews from designated antiterrorism and OPSEC officers. Key provisions include training requirements for contractor personnel, access policies, and compliance with information assurance standards. Contractors must undergo AT Level I training and register for the Army Training Certification Tracking System (ATCTS). Specific training for operations security, information assurance, and threat awareness is also detailed. The summary highlights the importance of robust security protocols for contractor activities, especially regarding access to Army facilities and classified information. The document serves as a guide to ensure compliance with Army regulations and security requirements across various contractor operations.
The document outlines a service request format for waste management companies to report on dumpster usage and disposal activities. It includes fields for company identification, address, and contact information, alongside various metrics to assess the fullness of dumpsters, including weight and disposal frequency. The document emphasizes recycling efforts, categorizing materials into cardboard, co-mingle, and single stream recycling, along with regular municipal solid waste (MSW). Additional details request specifying the type of recovery or disposal facility (e.g., landfill, Material Recovery Facility, Waste-to-Energy incinerator, compost facility) and whether the facility is federally, municipally, or privately owned. The structured format seeks to ensure accurate reporting of dumpster usage, recycling rates, and the final disposal destinations of collected materials. This documentation aims to promote efficient waste management practices in accordance with government standards, ensuring compliance and environmental responsibility in public procurement processes for waste management services.
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract regarding refuse and recycling services at six Army Reserve Facilities in Minnesota. The contractor is responsible for providing all necessary labor, materials, and supervision to perform the services as per the established standards. The contract includes a one-year base period and four optional extensions. Quality control will be managed by the contractor, while the Government will evaluate performance through a Quality Assurance Surveillance Plan (QASP). Key objectives involve maintaining a clean environment around dumpsters and ensuring proper recycling practices. The contractor must manage equipment, coordinate collection schedules, and handle nonconforming services promptly. Employee access to military facilities requires completion of anti-terrorism and operations security training. The contractor is liable for damages caused and must comply with safety and reporting protocols. Additionally, the document specifies operational details, such as working hours, holiday observances, and procedures for unforeseen facility closures. The emphasis on quality control, employee training, and adherence to local regulations demonstrates the Government's focus on maintaining high operational standards and ensuring contractor accountability within a structured framework for service delivery.
The document outlines performance objectives and standards for contractors involved in solid waste management services for government facilities. Key requirements include the provision of identification badges for employees, the maintenance of serviceable and properly labeled dumpsters, and the submission of monthly solid waste disposal reports. Contractors must ensure that ID badges display essential information, and a list of issued badges must be provided to the Contracting Officer’s Representative (COR) prior to employee access to government facilities. The performance standards stipulate that dumpsters should be in good condition, with functional covers and appropriate labels indicating the type of waste they contain. If dumpsters are deemed non-compliant by the COR, they must be replaced within 30 days. Each contractor's compliance is incentivized through positive narratives in their Contractor Performance Assessment Reporting System (CPARS), while failures to meet standards may result in corrective action requests or payment reductions. This document serves as guidelines for contractors on adherence to waste management protocols for federal and local government contracts.
Apr 4, 2025, 5:07 PM UTC
The "Refuse Deliverables" document outlines the required documentation and reporting for a government contract related to refuse and recycling services. It specifies deliverables including key personnel identification, training certifications, schedules for waste pick-up, and monthly solid waste disposal reports. Each deliverable is categorized by format (written or emailed), required submission dates, and the frequency of updates, primarily directed to the Contracting Officer Representative (COR). Key deliverables include: - Key personnel documentation must be submitted within five business days post-contract award and updated as changes occur. - Training certifications (AT Level I, OPSEC Level I, iWATCH) are due within 30 days after contract initiation or new employee hiring. - A schedule for refuse and recycling pick-ups must be provided similarly within five business days. - The Solid Waste Disposal Report is to be submitted monthly. - Required Insurance documentation needs to be sent within ten days of contract award, with annual updates thereafter. This document is essential for maintaining compliance and oversight in government contracting, particularly for projects involving waste management, emphasizing accountability and operational readiness within stipulated timeframes.
Apr 4, 2025, 5:07 PM UTC
The document outlines a solicitation for refuse and recycling services specifically designated for women-owned small businesses (WOSB) as part of a government contract. It identifies key details including the requisition number, contract number, award date, and the effective period for services provided. The solicitation includes a comprehensive list of supplies and services, such as refuse and recycling services across multiple sites in Minnesota, with options for contract extensions. The primary focus is to ensure that contractors provide non-personal services, fulfilling specific performance and acceptance criteria outlined in related documents such as the Performance Work Statement (PWS). The contract mandates compliance with various federal regulations, including service contract reporting, insurance requirements, and clauses that protect whistleblower rights. Additionally, it promotes the use of economically disadvantaged women-owned small businesses and includes a strict payment process via the Wide Area Workflow (WAWF) system. Overall, this solicitation underscores the government's commitment to fostering small business participation while maintaining rigorous standards of service and compliance within federal contracting processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Refuse and Recycling Services for Multiple Sites in MN
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services for multiple sites in Minnesota, including four Army Reserve Centers. The procurement involves a non-personal services contract that requires the contractor to manage waste collection, maintain cleanliness around waste containers, and ensure compliance with federal waste management regulations. This contract is crucial for maintaining environmental standards and operational efficiency within military operations, with a performance period from July 1, 2025, to June 30, 2026, and options for renewal for up to four additional years. Interested parties, particularly small businesses, are encouraged to contact Breanna Huff at breanna.d.huff.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
W15QKN-25-Q-A089: Refuse Collection and Recycling Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse collection and recycling services at the Allegany County Soldiers Memorial United States Army Reserve Center located in Cumberland, MD. The objective of this procurement is to ensure efficient waste management and recycling operations at the facility, which is crucial for maintaining a clean and sustainable environment for military personnel. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested vendors can reach out to Evanuel Hairston at evanuel.hairston.civ@army.mil or by phone at 609-562-2576 for further details. The solicitation is currently open, and potential bidders are encouraged to submit their proposals in accordance with the guidelines provided.
Solid Waste Removal Service
Buyer not available
The Department of Veterans Affairs is seeking proposals for Solid Waste Removal Services at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to secure a firm-fixed price contract for comprehensive waste management, including the collection, disposal, and recycling of municipal solid waste while adhering to federal and state regulations. This initiative underscores the importance of sustainable waste management practices within healthcare environments, with a focus on enhancing recycling efforts and ensuring compliance with environmental laws. Interested contractors must submit their proposals by April 18, 2025, and can direct inquiries to Frank Sanders at frank.sanders1@va.gov.
Refuse and Recycling Services for IL177 (Multi-Site)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide refuse and recycling services for IL177 across three locations in Illinois. This procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and compliance with applicable laws and regulations, as outlined in the attached Performance Work Statement (PWS). The services are critical for maintaining cleanliness and environmental standards at military facilities, with the contract period set from June 3, 2025, to May 31, 2026, and options for four additional twelve-month periods, plus a six-month extension. Interested parties can contact Laurie Lago at laurie.e.lago.civ@army.mil or (520) 706-0975 for further details.
Courier Service St. Cloud VA Health Care System
Buyer not available
The Department of Veterans Affairs is seeking proposals for courier services to support the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to transport medical supplies, lab specimens, and equipment between various VA facilities, ensuring compliance with federal regulations and maintaining the integrity of sensitive materials during transit. The contract will span a base year from August 1, 2025, to July 31, 2026, with four optional renewal years available, and interested contractors must submit their quotes by April 25, 2025, to Contract Specialist John Milroy at john.milroy@va.gov.
Refuse Collection and Recycling Services - Johnstown, PA (PA051/052/053)
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse collection and recycling services in Johnstown, Pennsylvania. This procurement is set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 562111, which pertains to solid waste collection. The services are crucial for maintaining cleanliness and environmental standards at military installations, ensuring efficient waste management practices. Interested vendors can find the solicitation and related documents on the PIEE website, and they may contact Ronald M. Stinson at ronald.m.stinson.civ@army.mil or 609-562-7036 for further information.
Refuse - Fort Irwin, CA
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse services at Fort Irwin, California, under a total small business set-aside contract. The procurement involves managing waste through the provision of labor, materials, and equipment, including servicing two 40-yard open-top containers, with a contract performance period from May 25, 2025, to June 15, 2025. This contract is critical for maintaining operational efficiency during military training operations, ensuring compliance with federal standards and quality control measures. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or call 502-898-1254 for further details, with the estimated contract value being approximately $47 million.
Refuse and Recycling Services at Narragansett RI (RI004)
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey, is seeking proposals for refuse and recycling services at Fort Nathaniel Greene USARC in Narragansett, Rhode Island. The objective is to ensure a clean and environmentally safe workplace by providing comprehensive waste management services in accordance with the updated Performance Work Statement. These services are crucial for maintaining a hygienic environment and preventing pest issues at the facility. Interested small businesses must submit their proposals by April 18, 2025, and can direct inquiries to Michael Hull at michael.j.hull40.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil.
FA2860316SFSCATM_0425
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide recycling and disposal services for industrial waste generated at Joint Base Andrews, Maryland. The services required include the management of hazardous, universal, and non-hazardous wastes from the firing ranges, ensuring compliance with all applicable laws and safety standards, including OSHA regulations. This procurement is critical for maintaining the operational integrity and environmental compliance of the firing ranges through professional maintenance and waste management services. Interested firms must submit a capabilities package by 4:30 PM Eastern Standard Time on April 23, 2025, to the primary contacts, Mara Scally and Charles Maddox, via the provided email addresses.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified contractors to conduct third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The objective of this procurement is to ensure compliance with federal, state, and local regulations regarding hazardous waste management, with services required both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) over a five-year term. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's commitment to public health and safety. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.