513 ERHS Misawa Refuse BPA
ID: FA502525QB009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5025 356 ECEG PKAPO, AP, 96543, USA

NAICS

Other Waste Collection (562119)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the 356th Expeditionary Theater Support Group, is seeking proposals for a Blanket Purchase Agreement (BPA) for refuse collection services at Misawa Air Base in Japan. The BPA will cover waste management solutions, including the provision of bins for various waste types such as Green Waste, Mixed Load Waste, Municipal Solid Waste, and Construction Debris, with a performance period from July 25, 2025, to July 24, 2030. This procurement is critical for maintaining operational readiness and environmental compliance at a strategically important military installation in the Indo-Pacific region. Interested vendors must submit their proposals by July 20, 2025, and can direct inquiries to SSgt Eric Oliver at eric.oliver.5@us.af.mil, noting that funding is not currently available and the government reserves the right to cancel the solicitation at any time.

    Point(s) of Contact
    SSgt Eric Oliver
    eric.oliver.5@us.af.mil
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the required refuse collection services at Misawa Air Force Base (AFB) in Japan, effective February 4, 2025. The contractor is responsible for providing bins for Green Waste (GW), Mixed Load Waste (MLW), Municipal Solid Waste (MSW), and Construction and Demolition (C&D) debris. Collection must occur within 48 hours of notification, and off-base disposal of waste must comply with all applicable regulations. Key performance metrics require zero deficiencies in waste disposal and adherence to safety standards, with regular evaluations by the government Contracting Officer's Representative (COR). The contractor must maintain a quality control program to prevent service defects and comply with documentation and reporting requirements. Meetings will be held periodically to address performance issues and service improvements. Contractor personnel must adhere to specific security and identification protocols and present a neat appearance. Emergency services will be available for injured contractor employees, who must reimburse the government for medical costs. This document serves as part of a federal Request for Proposals (RFP) outlining critical waste management operations in a military context, ensuring compliance and effective performance in support of the Air Force’s mission.
    The Blanket Purchase Agreement (BPA) established for Misawa Refuse aims to procure refuse bins for the 356th Expeditionary Theater Support Group at Andersen AFB, Guam, with a five-year performance period from July 25, 2025, to July 24, 2030. Orders can only be placed by authorized contracting officers, primarily for deliveries within Japan, unless written permission is granted for other locations. The total ceiling for the BPA is set at $250,000, limiting individual orders to specified thresholds. The contractor is responsible for maintaining a price list and ensuring compliance with environmental standards while providing quality services. Invoices will be submitted monthly, and either party may cancel the BPA with a 30-day notice. The agreement mandates adherence to federal, state, and local regulations and includes a requirement for annual reviews by the contracting officer to assess its terms. Overall, this BPA serves as a structured procurement mechanism ensuring efficient, regulated refuse bin supply to military operations while emphasizing compliance and quality standards.
    This document outlines the provisions and clauses applicable to a government Request for Quotation (RFQ) related to federal contracts. Key provisions include the prohibition on contracting with entities connected to the Maduro regime and requirements for contractor compliance with employee rights under labor laws. Specific instructions for submission detail the necessary information that offerors must include, such as warranties and technical descriptions, with an emphasis on the Lowest Price Technically Acceptable (LPTA) evaluation process. Offers will be evaluated based on price and technical capability; vendors must maintain firm pricing for 60 days. It also covers various clauses regarding prohibitions related to telecommunications equipment and federal tax compliance, as well as minority and disadvantaged business classifications. The document serves as a regulatory framework ensuring that contractors meet specific federal standards, particularly focusing on promoting responsible business conduct and compliance with legal obligations, such as labor laws and technological safeguards. Overall, it establishes the conditions necessary for the government to solicit competitive proposals while adhering to established statutes and mandates.
    The Misawa Refuse BPA Price List outlines the pricing structure for refuse disposal services over five consecutive fiscal years, from July 25, 2025, to July 24, 2030. It categorizes services into monthly and weekly rates for various bin capacities (35 CY, 10 CY, 6 CY) and types of waste, including green waste, mixed load waste, municipal solid waste, and construction and demolition debris. Each service category currently shows a quantity of zero, indicating no anticipated usage or financial figures are recorded in the document. The primary purpose of this price list is likely to serve as a reference and guideline for bidding on refuse disposal contracts within the federal, state, and local government framework. It reflects the structured approach to managing waste services and tariffs applicable for the specified duration while ensuring transparent pricing and compliance with regulations. The list serves as a tool for decision-makers involved in waste management procurement and budget allocation, enabling informed financial planning and resource utilization.
    The document outlines a Request for Quote (RFQ) for a Blanket Purchase Agreement (BPA) focused on disposal services at Misawa Air Base, Japan. Issued by the 356th Expeditionary Theater Support Group, the RFQ is dated July 4, 2025, with quotes due by July 20, 2025. The selected contractor will provide comprehensive waste management solutions critical to the operational readiness of military facilities, ensuring health, safety, and compliance with regulations. The BPA will span five years, starting with the first order running from July 25, 2025, to October 31, 2025. Contractors must be registered in the System for Award Management (SAM) and adhere to safety protocols, including the use of personal protective equipment. Furthermore, the evaluation criteria emphasize the need for the lowest-priced, technically acceptable, and responsible quotes. The document emphasizes the strategic importance of proper refuse management in maintaining the cleanliness and efficiency of military operations in the Indo-Pacific region.
    The document outlines a pricing schedule for a government procurement related to the Misawa Refuse Blanket Purchase Agreement (BPA). It details various services concerning rental fees and disposal fees for waste management over a specified performance period from July 25, 2025, to October 31, 2025. Key items include two bin rental fees for mixed load waste, scheduled at three months each, and disposal fees for both bins across a span of 14 weeks. Additionally, it accounts for unscheduled and special pickups, with a quantity of ten expected during the contract duration. The document serves as part of the government’s request for proposal (RFP) process, aimed at acquiring waste management services and ensuring proper disposal. The compilation of costs is essential for budget planning and contract execution in line with federal grant and RFP regulations, highlighting the importance of accurately documenting pricing and service expectations in government contracting.
    The document addresses inquiries regarding the Misawa Refuse Blanket Purchase Agreement (BPA) for fiscal year 2025, specifically regarding waste disposal services and pricing structures. It confirms that vendors can provide various bin sizes for different waste types, including Green Waste, Mixed Load Waste, Municipal Solid Waste, and Construction Debris. Vendors are required to accurately report quantities and pricing in Japanese Yen, with conversion to U.S. dollars for final transactions. The BPA has a performance period of five years, with the primary communication expected from Contracting Officers. While initial focus will be on Mixed Load Waste, additional bin types will be available for emergency use. The document also identifies Captain Olivia Tillett as the Contracting Officer's Representative (COR) and notes deadlines for questions and solicitation closings, maintaining a strict timeline. Overall, the document outlines the requirements and expectations for vendors participating in the BPA, ensuring compliance and clarity in waste disposal services at the Misawa site while facilitating effective communication and operational procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    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.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense is seeking contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Roads/Pavements and Miscellaneous Civil Work at Misawa Air Base, Japan. The contract will involve the repair, maintenance, and construction of pavement structures, including roads, parking lots, and related civil work, within a 40 km radius of the base, excluding specific areas like the MAB Airfield. The contract has a guaranteed minimum value of ¥300,000 and a maximum limit of ¥1,500,000,000, with the solicitation expected to be issued on or after January 16, 2026. Interested parties must register in the System for Award Management (SAM) and ensure compliance with Japanese regulations; for inquiries, contact Mayumi Ozawa at mayumi.ozawa.jp@us.af.mil or Kazuaki Kawahara at kazuaki.kawahara.jp@us.af.mil.
    Other than Full and Open Competition_Integrated Waste Management
    Dept Of Defense
    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.
    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.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs & 13 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for municipal solid waste disposal and recycling services across its VISN 5 facilities in Maryland and Washington D.C. The procurement aims to establish a single-award, firm-fixed-unit-price BPA that emphasizes a value-engineered approach to maximize recycling and minimize landfill use, with a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses. This contract is crucial for maintaining effective waste management and recycling programs at various VA Medical Centers and Community-Based Outpatient Clinics, ensuring compliance with federal, state, and local regulations. Interested contractors must submit their quotes by January 20, 2026, and direct any questions to Darren G. Morris at darren.morris2@va.gov.
    Turkey Electronic Hazardous Waste
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal, transportation, and disposal of electronic hazardous waste generated at the Incirlik Air Base in Turkey. This procurement involves the environmentally responsible disposal of approximately 13,600 KG of electronic waste, including computers and smartphones, with strict adherence to Turkish, EU, and international environmental regulations. The contract will be a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement lasting 30 months, starting from January 1, 2026, and proposals are due by the specified deadline, with all inquiries directed to Annette Graham at Annette.Graham@dla.mil.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.