Tire And Wood Collection and Disposal Services At All Naval Base Guam Activities And Tenants, Various Andersen Air Force Base Activities And Tenants And Other U.S. Military Activities Or DOD/Federal Agencies At Various Activities/Locations, Guam, M.I.
ID: N4019225R9004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MARIANASFPO, AP, 96540-2937, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, through NAVFACSYSCOM Marianas, is soliciting proposals for Tire and Wood Material Collection and Disposal Services at various military installations, including Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz, as well as locations in the Federated States of Micronesia, Commonwealth of Northern Mariana Islands, and the Republic of Palau. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, emphasizing compliance with environmental regulations and the effective management of waste disposal services. This initiative is particularly significant as it supports sustainable practices within military operations while providing opportunities for Historically Underutilized Business Zone (HUBZone) certified contractors. Interested parties must submit their proposals electronically via the PIEE Solicitation Module by 2:00 PM Chamorro Standard Time on June 30, 2025, and can direct inquiries to Therese Chaco at therese.a.chaco.civ@us.navy.mil or Ursula San Nicolas at ursula.m.sannicolas.civ@us.navy.mil.

    Files
    Title
    Posted
    The document pertains to federal and state grant opportunities, including Requests for Proposals (RFPs) designed to solicit specific services or products for various government projects. The primary focus is on enhancing regulatory compliance and service delivery through efficient financial management and resource allocation. Key points include the implementation of best practices in proposal writing and budgeting, which are essential for securing funding. Additionally, it discusses deadlines for submission and the importance of adhering to eligibility requirements outlined in RFPs. The document serves as a guideline for organizations seeking government grants or contracts, emphasizing clarity and precision in meeting the criteria established by funding agencies. Overall, it aims to facilitate access to federal and state resources that are crucial for community development and public service enhancement.
    The document outlines the Request for Proposal (RFP) N40192-25-R-9004 for Tire and Wood Collection and Disposal Services at various military installations, including Naval Base Guam and Andersen Air Force Base, among others. It details a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, structured for a maximum term of 102 months, which includes both base and option periods. The RFP specifies that prospective contractors must be HUBZone certified and outlines the essential deliverables, management and administrative requirements, and performance standards necessary to fulfill the contract. Key personnel qualifications and a safety narrative are critical components of the non-price proposal. The proposal evaluation follows a Lowest Price Technically Acceptable (LPTA) methodology, where cost and technical factors like offeror experience, technical approach, management plan, quality control, and safety will be assessed separately. A timeline for proposals indicates submission from 22 May 2025 to a contract award goal in October 2025. This initiative reflects the government’s commitment to maintaining sustainable practices in waste management while emphasizing compliance with local, State, and Federal regulations.
    The document details a "Sources Sought" notice by NAVFAC Marianas for Tire and Wood Collection Disposal Services, aiming to gather information from companies capable of providing these services. It requests company profiles, including basic information such as name, contact details, and whether the business is classified as a small business or fits into specific government programs like 8(a) or Women-Owned Small Business. Companies are asked to confirm if they can self-perform the required services, detail their experience in similar contracts over the past five years, and describe their familiarity with the Maximo system for tracking and maintenance. Submissions must be sent to designated Navy officials by a specified deadline, with emphasis on the protection of proprietary information. The nature of this inquiry indicates a preparatory stage for an upcoming Request for Proposal (RFP), highlighting the government’s process to identify capable contractors for specific environmental disposal tasks.
    The document outlines the terms and conditions for a federal contract (N40192-25-R-9004) focused on non-recurring services related to tire collection, recycling, and disposal of wood products and vegetative waste across multiple periods from November 2025 to April 2034. Each section (labeled A through I) details specific line items including annual quantities, service descriptions, labor, and material cost provisions, and explicitly stresses compliance with local, state, and federal regulations regarding recycling practices. Importantly, contractors must provide estimates for material costs and negotiate hourly labor rates. The structure highlights an annual renewal strategy, accommodating each ordering period with specified service scopes, billing expectations, and compliance mandates. This contract reflects the federal government’s commitment to environmental responsibility through regulated waste disposal and recycling activities, ensuring adherence to ecological standards while detailing operational responsibilities for contractors engaged in these essential services.
    The document is a Government Pre-Proposal Inquiry Form pertaining to a solicitation for Grounds Maintenance under the reference N401219224R9000_JL1_PPI. The primary purpose is to collect inquiries from potential offerors before the submission of proposals. It includes sections for questions, government responses, amendment information, and contact details for both government responders and offerors. The form emphasizes adherence to federal acquisition regulations, particularly regarding source selection information. It is structured to facilitate communication between the government and offerors, ensuring clarity on requirements and expectations related to the grounds maintenance contract. Overall, the document serves as a formal tool for facilitating interactions in the solicitation process, reflecting the government's commitment to transparency and compliance in procurement activities.
    The document pertains to the Request for Proposal (RFP) for Tire and Wood Material Collection and Disposal Services for various U.S. military activities and agencies in Guam, the Federated States of Micronesia (FSM), the Commonwealth of the Northern Marianas (CNMI), and the Republic of Palau. It outlines the requirements for prospective contractors to submit detailed project data sheets for their relevant experience in tire and wood disposal services. Contractors must provide their firm details, previous work history as prime or subcontractors, contract numbers, award dates, price of work performed, and types of relevant projects, particularly those involving recycling and compliance with applicable regulations. The document emphasizes submission guidelines, including a structured format for responses, limiting length to two single-sided pages. The objective is to gather comprehensive contractor data to ensure effective and compliant waste management services across the specified regions, reflecting the government’s commitment to proper environmental practices and regulations in waste disposal.
    The document outlines the Tire and Wood Material Collection & Disposal Services Request for Proposal (RFP) for the Naval Base Guam Activities and related military installations in Guam and the Federated States of Micronesia. It specifies the need for a Past Performance Questionnaire (PPQ) to assess contractors' past performance when submitting proposals, emphasizing the requirement of a completed Contractor Performance Assessment Reporting System (CPARS) evaluation if available. If not, offerors must ensure the inclusion of client contact information in the PPQ and submit it alongside their proposals. The document includes detailed instructions for filling out the PPQ, including contractor and client information, project relevance, and performance ratings across various dimensions such as quality, management, and financial control. Adjective ratings (Exceptional to Unsatisfactory) are provided for evaluating contractor performance in complying with contract standards, communication, timeliness, safety, and overall customer satisfaction. The aim of these processes is to ensure transparency and accountability in the selection of contractors for services essential to the operations at military facilities within the specified regions. Compliance with the Federal Acquisition Regulation (FAR) guidelines is reiterated to maintain integrity in the evaluation process.
    The document outlines the Tire and Wood Material Collection and Disposal Services RFP, detailing service requirements across various U.S. military installations in Guam and the Marianas Islands. The contractor is responsible for providing labor, supervision, management, tools, and equipment for tire and wood materials collection and disposal. The scope includes fixed-priced work that may expand based on government needs. Key features include: a structured Performance Work Statement (PWS) divided into 18 annexes to cover management and technical requirements; Navy’s performance-based service acquisition approach emphasizing measurable outcomes; and contractor obligations such as obtaining necessary permits, maintaining safety standards, and reporting compliance. There are stringent personnel requirements, including specific qualifications for key positions such as Project Manager and Quality Manager, emphasizing safety and operational efficiency. Moreover, the contractor is expected to develop a Quality Management System to assess and document service performance continuously. The document establishes safety protocols, security clearance processes, and requirements for backgrounds checks, affirming the importance of compliance with federal, state, and local regulations. Overall, the RFP underscores the government’s commitment to effective service delivery while ensuring safety and environmental considerations are met throughout the contract duration.
    The document appears to contain various fragmented and unreadable texts, likely due to data corruption or formatting issues, making it challenging to extract clear information. However, it suggests a focus on government contracts or Request For Proposals (RFPs), potentially related to environmental or construction projects given the context. Furthermore, it may include technical specifications, guidelines, or compliance requirements typical of federal and local grants and RFPs. Despite the unreadable portions, the theme centers around the crucial need for adherence to regulatory standards in governmental projects, likely emphasizing safety and environmental concerns. The document might also imply significant procedural steps involving assessments or eligibility criteria for funding or support in assigned projects. In summary, the document seeks to illustrate the importance of compliance and regulatory adherence within governmental RFPs, particularly concerning environmental or construction-related initiatives but lacks coherent detail due to format issues.
    This document outlines a government solicitation for Tire and Wood Collection and Disposal Services, specifically targeting women-owned small businesses under the Women-Owned Small Business (WOSB) program. The primary goal is to award an indefinite delivery, indefinite quantity (IDIQ) contract for services at various U.S. military bases and agencies located in Guam, the Federated States of Micronesia, the Northern Mariana Islands, and Palau. The proposal indicates the contract will be a Historically Underutilized Business Zone (HUBZone) set-aside and includes a detailed description of services required, including labor, supervision, management, tools, and equipment necessary for collection, disposal, and recycling. The document specifies various performance timelines with an expiration date of April 30, 2034, and the potential for multiple option periods extending the contract's duration. Significant details regarding contractor obligations, administrative processes, contract clauses, environmental compliance, and payment instructions under government regulations are included to provide a clear framework for the prospective contractor. This initiative reflects the government's commitment to supporting small businesses while ensuring efficient waste management within military operations.
    This document serves as an amendment to a government solicitation identified as Amendment 0002, primarily affecting the procurement process for a project under the NAVFACSYSCOM Marianas. The amendment extends the deadline for proposal submissions to June 23, 2025, requiring that proposals be submitted electronically via the PIEE Solicitation Module by noon on that date. Notably, proposals must comply with strict guidelines, such as file size limits and submission deadlines, with late submissions being disqualified. Additional details emphasize a pre-proposal conference scheduled for May 29, 2025, allowing prospective offerors to gain insights into the project, albeit attendance is limited to two representatives per company. The amendment clarifies that all changes to the original solicitation terms remain contingent upon formal written amendments. Furthermore, it highlights requirements for proposal validity, submission protocols, and restrictions on inquiries, stressing that any questions must be submitted in writing and journaled appropriately. Overall, the amendment reinforces procedural and submission guidelines while maintaining the integrity of the solicitation process, reflecting the government's commitment to adherence to formal procurement protocols.
    This government document pertains to an amendment of an ongoing solicitation numbered N4019225R9004, related to tire and wood collection and disposal services. The amendment modifies the proposal submission timeline, extending the deadline to June 25, 2025, at 2:00 pm ChST. Additionally, it provides guidance on electronic submission protocols exclusively via the PIEE Solicitation Module, underscoring that late submissions will be rejected. A pre-proposal conference is scheduled for May 29, 2025, to discuss project specifics, with limits on participant numbers. The document outlines requirements for submitting pre-proposal inquiries, emphasizing the importance of written communication and adherence to specified deadlines. Furthermore, critical inquiries received by contractors regarding project feasibility and performance expectations are documented, indicating that the government has no historical data for certain requested clarifications but will provide further information as necessary. The core intention is to facilitate clear communication and ensure prospective offerors meet submission requirements, thus reinforcing the integrity of the RFP process.
    The document is an amendment (0004) to a Request for Proposal (RFP) identified as N4019225R9004, issued by NAVFACSYSCOM Marianas. The primary purpose of this amendment is to extend the proposal due date from June 25, 2025, to June 30, 2025, at 2:00 PM Chamorro Standard Time (ChST). All other terms and conditions of the RFP remain unchanged. Additionally, the amendment updates submission instructions for proposals to clarify that they must be submitted electronically via the PIEE Solicitation Module, with a maximum file size of 1.9 GB per submission. It stresses that late submissions will not be considered, reinforcing the importance of timely proposal delivery. This amendment reflects the federal government's ongoing efforts to manage solicitation processes effectively while maintaining compliance with procurement regulations.
    This document serves as Amendment 0007 for solicitation N4019225R9004, primarily intended to correct a clerical error regarding the response due date's time zone. It specifies that the previously stated 2:00 PM ChST on 30 June 2025 is to be adjusted from K1 Time Zone (+10:00) to Z Time Zone (+0:00). The amendment maintains that all other terms and conditions of the solicitation and any prior amendments remain unchanged. Offerors must acknowledge receipt of this amendment to prevent rejection of their offers. The document is issued by NAVFACSYSCOM MARIANAS and is signed by Contracting Officer Daniel N. Calvo. This amendment highlights the precision necessary in government RFP processes and ensures clarity regarding submission timelines, which is vital for compliance and overall contract efficiency.
    The document pertains to Amendment 0006 of solicitation N4019225R9004, issued by NAVFACSYSCOM Marianas, which pertains to an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Tire and Wood Collection and Disposal Services. This acquisition is designated as a competitive Historically Underutilized Business Zone (HUBZone) Small Business set-aside and specifically relates to services across various military installations in Guam, the Federated States of Micronesia, the Commonwealth of Northern Mariana Islands, and the Republic of Palau. The amendment updates the response deadline to 2:00 PM ChST on June 30, 2025, incorporates applicable FAR and DFARS clauses, and clarifies the contract administration procedures, including invoice submissions. Key changes include the omission of certain clauses deemed not applicable and a statement ensuring all other terms of the solicitation remain unchanged. This document outlines administrative updates necessary for vendors responding to the solicitation, thereby ensuring they comply with the updated requirements and are aware of the operational context and expectations associated with the contract.
    Similar Opportunities
    Western Regional HW Incineration
    Dept Of Defense
    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.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Dept Of Defense
    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.
    DRAFT SOLICITATION HQC00226QE001
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    Rolling Admission – Request for Proposals under Guam General Ship Repair IDIQ Multiple Award Contract
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is inviting proposals from qualified HUBZone-certified small businesses for rolling admission to the Guam General Ship Repair Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract. This procurement aims to enhance the contractor pool for general ship repair services for vessels operating primarily in Guam, ensuring the ability to meet operational and maintenance requirements in a dynamic environment. The scope of work includes providing all necessary labor, equipment, and materials for ship repair and related functions, with work primarily performed at Government piers on Naval Base Guam and potentially extending to other locations. Interested offerors must submit proposals electronically to Christina Cortez at christina.m.cortez4.civ@us.navy.mil, with evaluations conducted on a rolling basis. For further inquiries, contact Christina Cortez at 671-685-2314.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Guam
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Guam, with a contract period from April 1, 2026, to March 30, 2027. The procurement aims to modernize GSA Fleet's vehicle sales model, enhance public participation, and leverage vendor expertise, particularly in managing electric vehicles and associated infrastructure. This opportunity encompasses a wide range of tasks, including vehicle inspections, marketing, electronic inventory management, and customer service, with a focus on maximizing proceeds from vehicle sales. Interested parties must submit their responses to the Request for Information (RFI) by January 26, 2026, and direct any inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    Southeast Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.