Refuse and Recycling Services for Multiple Sites in MN
ID: W911SA25QA069Type: 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

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The USA Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide refuse and recycling services at four Army Reserve Centers in Minnesota. The contractor is responsible for providing all necessary personnel, equipment, and materials to meet the standards specified in the PWS while maintaining cleanliness and professional appearance around waste containers. The contract includes one base period and four one-year options, with procedures for quality control and performance evaluation by a Contracting Officer Representative (COR). The contractor is tasked with compliance regarding waste collection, container maintenance, and the separation of recyclables from refuse. The document also details the responsibilities related to contractor personnel management, security training, and handling contractor-generated waste, emphasizing the need for a structured approach to nonconformance issues. Additionally, it specifies guidelines for reporting and corrective actions tied to performance deficiencies. The emphasis throughout is on accountability, operational standards, and adherence to regulations regarding waste management and operations security.
    The document outlines the requirements for an Antiterrorism/Operations Security Review cover sheet associated with the MN076 refuse contract, emphasizing the need for compliance with Army regulations concerning antiterrorism (AT) and operations security (OPSEC). It specifies that all contract requirements packages must undergo a mandatory review by an Organizational Antiterrorism Officer (ATO) and an OPSEC Officer, with the signed cover sheet included in submissions, except for certain supply contracts. The document details standard contract language applicable to various security training and access requirements for contractors, highlighting the importance of AT and OPSEC training, particularly for contractors requiring access to Army installations or involvement in overseas operations. It mandates specific training protocols, such as AT Level I awareness, OPSEC, and information assurance protocols. Additionally, it addresses requirements for contractor employees handling classified information or controlled unclassified information (CUI). Overall, this stringent framework ensures that contractors are adequately prepared to maintain security and compliance within Army operational environments, demonstrating the government's commitment to safeguarding personnel and information.
    The document outlines performance standards for contractors involved in solid waste management for government facilities, focusing on employee identification, dumpster conditions, and mandatory reporting. Contractors must provide employees with ID badges that feature the company's name, employee name, and a recent photo before accessing government sites. Non-compliance can lead to corrective actions and payment reductions. Additionally, solid waste dumpsters must be in good condition and clearly labeled according to their service type. Contractors are required to replace any non-conforming dumpsters within 30 days of notification. Monthly reporting of the 88th RD Solid Waste Disposal Report is mandatory and must be accompanied by invoices. Positive contractor performance can lead to favorable evaluations, while failure to meet standards may result in negative assessments and financial repercussions. Overall, the document establishes clear expectations for contractors to promote accountability and compliance in waste management operations within government facilities.
    This document outlines the required deliverables for a government contract regarding refuse management and training protocols. It specifies various reports and documentation to be submitted, detailing their format, required submission dates, frequency, and recipients. Key deliverables include notifications of contract employees, completion certificates for various training programs such as AT Level I and OPSEC Level I, a solid waste disposal report, and an updated refuse and recycling pick-up schedule. Most submissions are directed to the Contracting Officer Representative (COR) and have stipulated timelines, such as five business days post-contract award for personnel identification and monthly updates for waste disposal reports. Additionally, insurance documentation must be provided within ten days of contract award and annually thereafter. This structured approach ensures compliance with contract stipulations while facilitating effective project management and safety standards in refuse management operations.
    The document outlines the Wage Determination Log for various locations in Minnesota, essential for federal RFPs, grants, and contracts. It specifies wage determination numbers in Brainerd, Duluth, Willmar, and Worthington, alongside their respective counties. Each entry includes the facility ID, wage determination number, revision number, and the revision date of December 23, 2024. For detailed wage determinations, users are directed to visit the federal site at sam.gov to search by the provided determination numbers. This log aids in ensuring compliance with wage regulations for contractors working on federally funded projects, thereby promoting fair labor standards across facilities in Minnesota.
    The document, identified by Solicitation Number W911SA25QA069, presents a pricing schedule for refuse and recycling services for a federal contract. It outlines specific requirements for various sizes of dumpsters and their collection frequencies, indicating the number of months these services are to be provided—12 in total. Each CLIN (Contract Line Item Number) details different refuse and recycling service categories, including size and frequency of pick-up for items such as 8-yard, 4-yard, and 6-yard dumpsters, which are crucial for waste management operations. The proposal includes pricing entries that providers must fill in, focusing on providing monthly costs across a base period and four option periods, outlining total contract values, including a six-month extension option. The document's structure directs vendors to calculate and transfer pricing automatically into designated fields, ensuring organized submission processes. This pricing schedule serves to facilitate accurate and competitive bidding for waste and recycling services, underscoring the federal government's commitment to managing resources efficiently while adhering to regulatory standards.
    The document outlines the refuse and recycling management practices at two United States Army Reserve Centers (USARC) located in Brainerd and Duluth, Minnesota. It specifies the types and frequencies of waste collection services, highlighting a systematic approach to waste disposal to maintain environmental standards. Each facility utilizes multiple dumpsters, with both locations allocating one 8-cubic yard dumpster for refuse collection on a weekly basis and additional 8-cubic yard dumpsters for monthly recycling. The Duluth facility also employs a 96-gallon dumpster for recycling collection on a monthly basis. This structured waste management plan aligns with federal guidelines for environmental sustainability, indicating a commitment to efficient waste handling within military operations. The document serves as a clear reference for waste collection frequency, dumpster sizes, and types necessary for compliance and operational efficiency under government regulations.
    The document is a form designed for contractors to report on the status of dumpster/container usage and waste disposal management. It captures essential details such as the company name and address, contract number, quantity and type of service, dumpster fullness status, and the frequency of disposal activities. The form allows for tracking various recyclable materials, including cardboard and co-mingled items, along with regular trash (MSW) disposal. Operators must classify the final disposal facilities used, which could include landfills, material recovery facilities, waste-to-energy incinerators, or compost facilities. Additionally, the document emphasizes the importance of recording both the weight of disposed materials and the corresponding recycling rates, highlighting a commitment to sustainability and efficient waste management practices within government contracts. Overall, this form serves as a tool for accountability and evaluation of waste disposal and recycling efforts, critical to regulations and sustainability goals in federal and local RFPs.
    The document outlines a solicitation for refuse and recycling services, specifically aimed at women-owned small businesses (WOSBs) through a federal contract. It includes administrative details such as the requisition number, contract specifics, award date, and contact information. The procurement involves comprehensive non-personal services for managing waste across multiple sites in Minnesota over a performance period from July 1, 2025, to June 30, 2026, with several options for contract renewal for subsequent years. Key components include a firm fixed-price pricing arrangement, explicit requirements for performance adherence, and a detailed schedule of supplies and services needed. The solicitation also emphasizes the importance of compliance with various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, which encompass contractor performance assessments, insurance requirements, and contractor qualifications. The document aims to ensure transparency and fairness in awarding the contract, encouraging participation from qualified businesses while mandating adherence to federal laws and standards in service delivery and contract compliance. Overall, it reflects the government's objective to foster small business participation, particularly for those owned by women and economically disadvantaged groups.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Refuse and Recycling Services Multi-site OH105
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services across seventeen locations in Ohio under the contract titled "Refuse and Recycling Services Multi-site OH105." The procurement aims to provide comprehensive waste management solutions in accordance with the Performance Work Statement, with a contract period starting from July 1, 2025, to June 30, 2026, and includes four optional twelve-month extensions as well as a six-month option to extend services. These services are critical for maintaining cleanliness and environmental standards at military facilities, ensuring efficient waste disposal and recycling practices. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) can reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or by phone at 520-706-0368 for further details regarding the solicitation.
    Refuse Service
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified small businesses to provide refuse services, including the management of various waste containers, under a Firm Fixed Price contract. The project entails servicing 14 refuse containers with a minimum capacity of eight cubic yards, 11 paper containers with a minimum capacity of two cubic yards, and one construction dumpster with a minimum capacity of twenty cubic yards, with specified collection frequencies. This opportunity is crucial for maintaining waste management operations at the Peoria facility and is set aside for small businesses, including those classified as 8(a), HUBZone, SDVOSB, and Woman-Owned. Interested parties must respond by June 18, 2025, with a completed Sources Sought Response Form and additional required documentation to Nicholas Marzinzik at nicholas.marzinzik@us.af.mil.
    Refuse Collection Services - Jane Lew, WV (WV020)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is seeking potential sources for refuse collection and recycling services for the 99th Readiness Division located in Jane Lew, West Virginia. The procurement aims to ensure a clean and environmentally safe workplace by managing refuse and recyclable materials in compliance with local, state, and federal regulations, with contractors responsible for providing necessary personnel, equipment, and services. This opportunity is crucial for maintaining operational efficiency and adherence to governmental standards, with the contract structured as a firm fixed-price model spanning one base year and four option years. Interested parties should submit their capability statements and feedback on the draft Performance Work Statement by the specified deadline to the primary contact, Ronald M. Stinson, at ronald.m.stinson.civ@army.mil or by phone at 609-562-7036.
    Refuse Collection and Recycling Services
    Buyer not available
    The Department of Defense, specifically the United States Army Contracting Command New Jersey, is seeking proposals for Refuse Collection and Recycling Services at the Staten Island USARC located at 356 Battery Road, Staten Island, NY 10305. This procurement is a Total Small Business Set-Aside, aimed at fulfilling the waste management needs of the 99th Readiness Division, ensuring efficient and environmentally responsible disposal and recycling of refuse. Proposals must be submitted by 2:00 PM Eastern Daylight Time on June 30, 2025, with inquiries directed to Sameera Sharif at sameera.e.sharif.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further assistance.
    Refuse Removal Services at Wappapello Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse removal services at Wappapello Lake, Missouri. The procurement is categorized as a Total Small Business Set-Aside, indicating a preference for small business participation in this contract, which falls under the NAICS code 562111 for Solid Waste Collection. These services are crucial for maintaining cleanliness and environmental standards at the lake, which is a significant recreational area. Interested parties should contact Jessica Nies at jessica.l.nies@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further details, and they should be aware that an amendment has been issued providing answers to questions received regarding the solicitation.
    DUMPSTER IDIQ ALASKA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide dumpster services under a Total Small Business Set-Aside for the 11th Airborne Division at Fort Wainwright, Alaska. The contractor will be responsible for waste management, including the collection of general refuse, recyclables, biohazardous, and organic waste, while ensuring compliance with federal, state, and local environmental regulations. This procurement is critical for supporting military operations and maintaining safety and environmental standards, with the contract set to run from August 1, 2025, to July 31, 2028, and options for extensions through 2029. Interested vendors should contact Zainab Obatayo at zainab.a.obatayo.civ@army.mil or Jefferey Morgan at jefferey.a.morgan.civ@army.mil for further details.
    W15QKN-25-Q-A170 Refuse and Recycling Services Cranberry PA
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for refuse and recycling services to support the 99th Regional Support Command at Cranberry Township, Pennsylvania. This procurement is a total small business set-aside, with a contract structure comprising a 12-month base period and four optional 12-month extensions, potentially valued at $47 million. The contractor will be responsible for providing all necessary personnel, equipment, and services in accordance with the Performance Work Statement (PWS), ensuring compliance with safety and environmental regulations. Interested parties must submit their quotes via email by the specified deadline and are encouraged to attend a site visit on June 12, 2025, to assess the conditions affecting service delivery. For further inquiries, contact Alyssa Hampton at alyssa.l.hampton2.civ@army.mil or Edward Sherwood at edward.l.sherwood4.civ@army.mil.
    DFAC Food Waste Pick-Up and Disposal Services
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking proposals for the DFAC Food Waste Pick-Up and Disposal Services at various government-owned dining facilities located in Schofield Barracks, Wheeler Army Airfield, East Range Military Reservation, and Tripler Army Medical Center on the Island of Oahu, Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation for the efficient pickup and disposal of food waste, ensuring compliance with sanitary standards and applicable regulations. This recurring requirement is critical for maintaining operational cleanliness and sustainability within military dining facilities. Interested small business contractors must submit their offers by June 17, 2025, at 10:00 AM HST, and are encouraged to review the solicitation documents available on Federal Business Opportunities for further details and updates. For inquiries, potential vendors can contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
    Integrated Solid Waste Management (Base REFUSE Services)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Solid Waste Management services, focusing on municipal solid waste collection and cardboard recycling at Eglin Air Force Base in Florida. The services will be required at multiple locations, including Eglin Main, Duke Field, Camp Rudder, and various Eglin ranges and sites. This procurement is crucial for maintaining environmental standards and operational efficiency at military facilities. Interested vendors should note that funds are not currently available for this effort, and no awards will be made until funding is secured; for further inquiries, contact Lindsay Hartzog at lindsay.holdsworth@us.af.mil or by phone at 882-0000.
    Anniston Hazardous Waste Removal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal, transportation, and disposal of various hazardous wastes from military installations in the Anniston, Alabama area, under solicitation SP450025R0008. The contract, which is set aside for small businesses, encompasses the management of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, and other regulated materials, with a performance period of 30 months starting September 15, 2025, and an option for an additional 30 months. This procurement is critical for ensuring compliance with environmental regulations and safe handling of hazardous materials, reflecting the government's commitment to responsible waste management practices. Proposals are due by July 3, 2025, and interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or call 269-961-5337.