Furniture Removal and Disposal Services for the Romano Mazzoli Federal Building At USACE Louisville District Offices
ID: W912QR26QA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals from qualified contractors to provide furniture removal and disposal services for the Romano Mazzoli Federal Building in Louisville, Kentucky. The contractor will be responsible for dismantling and removing designated office furniture, ensuring that all work areas are left clean and that items are disposed of or donated responsibly, without any profit from the removed items. This procurement is significant as it involves the proper management of waste and adherence to environmental standards, with a total contract value of up to $34 million, set aside for small businesses. Interested parties must submit their proposals by December 10, 2025, at 11:00 AM Eastern Time, and can contact Joel Huberman at joel.huberman@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines requirements for furniture removal and disposal services at the Romano Mazzoli Federal Building in Louisville, KY. The contractor must dismantle, remove, and responsibly dispose of or donate all designated office furniture, including cubicles, desks, chairs, tables, modular units, file cabinets, and shelving units from specific rooms (172D, 173B, 173C, 173D, 173G, 173N, 183). Profit from disposal is strictly prohibited, and environmentally responsible practices like recycling and donation are prioritized. The contractor must provide weekly progress reports, a final Certificate of Disposal, and adhere to strict security requirements, including background checks, antiterrorism (AT) and operations security (OPSEC) training, and E-Verify program compliance for all personnel. Foreign nationals require additional approval from HQ USACE. All work must be completed within 30 days of contract award, with normal working hours from Monday to Friday, 8:00 a.m. to 4:30 p.m. ET.
    The document, titled "NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025)" (DFARS 252.204-7025), outlines the mandatory Cybersecurity Maturity Model Certification (CMMC) requirements for contractors involved in federal government solicitations. It states that the required CMMC level will be determined at the Task Order level and must be met prior to award for any contractor information system handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Offerors are ineligible for award if they do not have the current CMMC status and an affirmation of continuous compliance recorded in the Supplier Performance Risk System (SPRS). Contractors with a
    The provided government file is entirely blank, containing no discernible content. As such, it is impossible to identify any main topics, key ideas, supporting details, or document structure. Without any information, a summary cannot be generated, nor can its purpose within the context of government RFPs, federal grants, or state/local RFPs be determined.
    The document "REPRESENTATIONS & CERTIFICATIONS" is a standard form used in government contracting, likely part of an RFP, federal grant, or state/local RFP. Its purpose is to collect essential business information and certifications from prospective contractors or grantees. Key details requested include company name, address, phone, and email, along with business size classifications such as Large, Small, HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran-Owned. The form also requires confirmation of SAM registration, the company's TAX ID, Unique Entity Identifier (previously DUNS number), and CAGE NO. These data points are critical for government entities to verify eligibility, compliance with federal acquisition regulations (FAR 52.204-7), and to properly categorize businesses for contracting and grant allocation purposes. The document streamlines the collection of mandatory administrative and certification details necessary for engaging with government opportunities.
    This government solicitation, W912QR26QA009, issued by the USACE Louisville District Offices, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide furniture removal and disposal services for the Romano Mazzoli Federal Building. The contract has a maximum value of $34,000,000.00 and is set aside for total small businesses, with a NAICS code of 562111 (Waste Collection). Key clauses include requirements for safeguarding covered contractor information systems, detailed payment terms for time-and-materials or labor-hour contracts, and various FAR and DFARS clauses related to small business programs, anti-trafficking, and supply chain security. The solicitation also outlines conditions for termination for convenience or cause and emphasizes compliance with federal regulations and executive orders, including those concerning telecommunications equipment and environmental standards. The offer submission deadline is December 10, 2025, at 11:00 AM.
    This document outlines the requirements for furniture removal and disposal services at the Romano Mazzoli Federal Building. The contractor must provide all necessary personnel, equipment, and materials to dismantle and remove designated items, ensuring offices are left broom-swept and the building remains undamaged. All removed items must be disposed of responsibly or donated; selling or profiting from these items is strictly prohibited. The contract will be awarded based on the lowest total price, with payment via Electronic Funds Transfer (EFT). Quotes are due by December 10, 2025, at 11:00 AM Eastern Time and must be submitted through PIEE. Contractors must be registered in the System for Award Management (SAM) prior to submission, adhering to FAR Clauses 52.204-7 and 52.232-33. The NAICS code is 562111 Solid Waste Collection, with a small business size standard of $34,000,000.00.
    Similar Opportunities
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Buyer not available
    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.
    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.
    Paducah Levees Reconstruction Phase 3
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Paducah Levees Reconstruction Phase 3 project, which is set aside exclusively for small businesses. This procurement involves the reconstruction of levees in Paducah, Kentucky, and is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction. The project is critical for flood risk management and infrastructure resilience in the region. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W912QR52370251. For inquiries, potential bidders may contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    SHREDDING SUPPORT SERVICES - Fort Lee, VA - KAHC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for shredding support services at Fort Lee, Virginia, under solicitation number W91QF526QA001. The contract requires the contractor to provide bi-weekly shredding services for an estimated 49 boxes of sensitive documents, with an option for an additional 180 boxes annually, ensuring compliance with HIPAA and NIST standards for document destruction. This service is critical for safeguarding sensitive information and maintaining compliance with federal regulations. The total award amount for this contract is $16,500,000, with a base period starting in December 2025 and four additional option years. Interested parties can direct inquiries to Domonic Fitzpatrick at domonic.b.fitzpatrick.civ@army.mil or Heather B. Jarratt at heather.b.jarratt.civ@army.mil.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Custodial Services for MO024
    Buyer not available
    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), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly 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.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.