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
    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
    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.
    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.
    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.
    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
    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.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    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.
    S205--Waste and Recycling Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    S222--Medical Waste Solicitation at the SLVHCS POP: January 1st 2026 through December 31st 2026 Plus 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide comprehensive medical waste disposal services at the Southeast Louisiana Veterans Healthcare System (SLVHCS) in New Orleans, Louisiana. The procurement includes services for regulated medical waste, chemotherapy waste, pharmaceutical waste, and general hazardous waste, with a contract period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is particularly significant as it is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their electronic quotes by December 19, 2025, and are encouraged to attend a mandatory site visit on December 12, 2025, for which prior RSVP is required. For further inquiries, contact Christopher Rossi at christopher.rossi2@va.gov.
    Solid Waste/Recycling Processing Management Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) Business Development Program participants to provide Solid Waste/Recycling Processing Management Services at Fort Stewart, Georgia. The procurement aims to ensure efficient solid waste management and recycling operations, with contractors responsible for collecting, transporting, processing, and selling recyclable materials while adhering to environmental regulations and performance standards. This opportunity is critical for maintaining compliance with environmental management programs and diverting recyclables from landfills. Interested firms must respond to the sources sought notice with detailed information about their capabilities, experience, and interest in competing for the contract, which is anticipated to be structured as a competitive 8(a) set-aside. For further inquiries, potential respondents can contact Lacey Turner at lacey.m.turner2.civ@army.mil.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    7240--Dumpster equipment Required equipment for approved self employment plan.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quote (RFQ) for dumpster equipment, specifically requiring 20-foot and 14-foot trailer bins, dumpster rental software, and an HP ZBook Power 16” G11 Mobile Workstation PC. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and aims to support the self-employment plans of veterans by providing essential equipment. The items will be delivered to a veteran in Perrysburg, OH, with quotes due by December 19, 2025, at 1:00 PM EST. Interested vendors should submit their quotes and required documentation via email to Tracey Robinson at Tracey.Robinson3@va.gov.
    Waste Disposal Services at Ft. Sill National Cemetery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for waste disposal services at Fort Sill National Cemetery in Oklahoma, specifically for universal waste collection. The procurement aims to secure a contractor capable of handling the removal of used oil/coolant, oily water from an oil/water separator tank, and cleaning the sand interceptor, with a focus on compliance with federal regulations and the provision of qualified personnel. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, covering a base period through October 31, 2026, with four additional one-year options. Interested contractors must submit their offers by December 18, 2025, at 11:00 AM EST, and direct any questions to David Hester at David.Hester@va.gov.
    Regulated Medical Waste Disposal for Roseburg VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg VA Health Care System and its associated clinics in Oregon. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a firm fixed price contract with a base year and four option years, running from January 2026 to December 2031. The services required encompass weekly and bi-weekly pickups of various medical wastes, which must be incinerated for energy recovery, while ensuring compliance with all relevant regulations and maintaining security and HIPAA standards. Interested parties should contact Brian Millington at brian.millington@va.gov for further details regarding the solicitation.