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 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.
    Fort Riley Refuse and C/D Landfill Operations Sole Sorce Extension
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking a contractor for the Fort Riley Refuse and C/D Landfill Operations, which involves a non-personal services contract for refuse and recycling services at Fort Riley, Kansas. The contractor will be responsible for managing and operating the Construction and Demolition (C/D) Landfill, as well as servicing tree and brush debris disposal areas and recycling containers, requiring comprehensive supervision, labor, supplies, and equipment. These services are crucial for maintaining environmental standards and efficient waste management on the military installation. Interested parties can reach out to Philip Melton at philip.e.melton.civ@army.mil for further details regarding this opportunity.
    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.
    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.
    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.
    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.
    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.
    TRASH REMOVAL SERVICES AT FORT HAMILTON COMMISSARY
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking a contractor to provide trash removal services at the Fort Hamilton Commissary located in Brooklyn, New York. The contractor will be responsible for all personnel, equipment, and transportation necessary for the removal, pickup, and disposal of trash three times a week, while ensuring compliance with all local, state, and federal environmental regulations. This procurement is a Total Small Business Set-Aside, with a contract period consisting of one base year and four one-year option periods, and the anticipated award date is March 1, 2026. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Marcella Simmons at marcella.simmons@deca.mil or Robert French at ROBERT.FRENCH@DECA.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.
    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.