Refuse/Recycling Services
ID: W911SA25QA040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Waste Collection (56211)

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 proposals from qualified small businesses for refuse and recycling services at six Army Reserve locations in Iowa. The contract, identified as Solicitation W911SA25QA040, will cover a performance period from March 1, 2025, to February 28, 2026, with options for four additional years and a potential six-month extension. This procurement is crucial for maintaining cleanliness and compliance with environmental management standards at military facilities, ensuring effective waste management practices. Interested vendors must submit their quotes by January 31, 2024, and direct any inquiries to Michael Maggio at michael.a.maggio3.civ@army.mil, with a total contract value estimated at $9 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for refuse and recycling services at six Army Reserve locations in Iowa. The contractor is responsible for providing all necessary personnel, labor, equipment, and materials to maintain cleanliness and professionalism in waste management. The service period includes a base year and four optional years, allowing for a six-month extension if needed. Quality control is the contractor's responsibility, with oversight by the Contracting Officer Representative (COR), who will assess performance according to a Quality Assurance Surveillance Plan (QASP). The contractor must adhere to specific operational and inspection protocols while providing detailed monthly reports on waste disposal activities. Additionally, there are stipulations regarding security training for contractor employees, handling of government property, and communication protocols for incidents or deficiencies. This document reflects the government’s rigorous structure for contracting services, ensuring compliance with federal standards and effective waste management practices.
    The document outlines the requirements for the Antiterrorism/Operations Security Review as part of a contract requirement package titled "IA058 Refuse." It emphasizes the importance of integrating antiterrorism and operational security measures in contracts, particularly in areas related to information assurance, physical security, and law enforcement. A signed cover sheet verifying that the organizational antiterrorism officer (ATO) and operations security officer have reviewed the contract is mandatory, with the ATO responsible for assessing the contract’s compliance with Army regulations. The document stipulates specific training and security requirements for contractors, including antiterrorism awareness training, access protocols for military installations, and operational security program development. It details standard contractual language that must be included in solicitations, such as compliance with information assurance training, handling classified information, and managed access to controlled unclassified information. This framework aims to ensure contractor compliance with security protocols to protect Department of Defense assets and personnel, highlighting the necessity for organizational diligence in evaluating and monitoring contract activities. Adherence to these stipulations is vital for fostering a secure operational environment within Army-controlled locations and during contractor engagements outside U.S. borders.
    The document outlines performance objectives and standards for contractors providing solid waste management services to government facilities. Contractors are required to issue ID badges to employees, detail the status of solid waste dumpsters/containers, and submit monthly disposal reports. For ID badges, a full list of issued cards must be furnished to the Contracting Officer Representative (COR) before employees access government facilities. Non-compliance may lead to corrective actions, payment reductions, or a negative Contractor Performance Assessment Reporting System (CPARS) entry. Regarding dumpsters/containers, they must be in good condition, labeled correctly, and replaced if found inadequate within 30 days of notification. Monthly reports on solid waste disposal must be attached to invoices and sent to the COR. Again, non-conformance will prompt corrective measures and potential financial penalties. The document emphasizes incentives for compliance, including positive CPARS narratives and full payments, while outlining disincentives for failing to meet established performance thresholds. Overall, this file serves to ensure accountability and quality in solid waste management services provided to government entities.
    The document provides a Wage Determination Log listing various cities and counties in Iowa along with their corresponding facility IDs and wage determination numbers. This log serves as a reference for federal wage determinations that apply to different locations, which are essential in the context of government contracts and requests for proposals (RFPs). Each entry features a unique determination number, indicating when these wage scales were last revised, with a date of revision noted as 7/22/2024 for all entries. Stakeholders in government contracting can access detailed wage determination information through the provided link (https://sam.gov/wage-determinations) by searching the listed numbers. This document signifies the government's framework for ensuring appropriate wage compliance in public contracts despite its brief outline.
    The Refuse Services Price Schedule outlines the contract terms for waste management and recycling services, categorized into multiple Contract Line Item Numbers (CLINs) for both refuse and recycling. Each CLIN specifies the number and size of dumpsters, frequency of service, and the respective total prices that will need to be filled in by the contractor. Services include a variety of dumpster sizes, ranging from 1.5 to 8 cubic yards, and are scheduled for collection once a week. The document is structured to capture both base and optional contract pricing for separate time periods, emphasizing the need for accuracy in pricing entries, which must be calculated automatically and transferred to relevant financial forms. The intent behind this schedule is to facilitate the procurement of consistent refuse services while maintaining transparency in pricing across its option periods, ultimately ensuring compliance with federal guidelines for waste management contracts. This structured pricing approach enables decision-makers to analyze and compare bids effectively as part of government RFP processes, ensuring efficient resource allocation.
    The document outlines refuse and recycling services for various facilities in Iowa, detailing dumpster sizes and collection frequencies. Each facility is identified by a unique Facility ID, with its corresponding address and city. The data presents varying quantities and types of refuse and recycling dumpsters assigned to each location, most of which are scheduled for collection once a week. For example, Ames has two dumpsters of 3 and 2 cubic yards, while Council Bluffs utilizes larger 8 and 6 cubic yards containers. Des Moines exhibits multiple locations, primarily utilizing 8 cubic yard dumpsters. The purpose of the document is to provide a structured overview for local governments and service providers to assess waste management requirements efficiently. This information could be useful in preparing requests for proposals (RFPs) or grant applications related to waste disposal and recycling efforts, highlighting the specific needs and operational parameters for efficient resource allocation and environmental compliance.
    The document outlines the required deliverables related to the refuse and recycling contract for government services, detailing the format, timing, frequency, and distribution of each item. It specifies that deliverables range from training certificates to reports on solid waste disposal and schedules for refuse pick-up. Key personnel must be identified with ID badge lists submitted promptly, while training completion documentation is required within specific timeframes post-contract initiation or employee hiring. Regular reporting is mandated monthly for solid waste disposal, and insurance documentation is to be submitted both annually and shortly after contract award. This structured approach ensures compliance and timely communication between contractors and government representatives, emphasizing the importance of documentation in federal contracts and grants within the context of government RFP processes. The focus remains on the accuracy and accountability of service delivery and employee training within the environmental management framework of the contract.
    The document outlines a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) pertaining to refuse and recycling services for U.S. Army Reserve locations in Iowa. The contract will span from March 1, 2025, to February 28, 2026, with options for four additional one-year periods. The total award amount is set at $9 million, and offers are due by January 31, 2024. It specifies the contractor's responsibilities, including labor, equipment, and materials, aligned with a Performance Work Statement. Various key federal acquisition regulations (FAR) clauses are referenced throughout, indicating compliance obligations related to operational standards, contract performance evaluations, and contractor responsibilities. The solicitation incorporates a commitment to support small and disadvantaged businesses, reflecting an emphasis on diversity and inclusion in federal contracting. In summary, this RFP aims to engage qualified WOSBs for environmental service contracts while ensuring adherence to federal procurement regulations and enhancing opportunities for small business participation. The initiative illustrates the government's effort to promote equitable access to contract opportunities while addressing waste management at military facilities.
    Lifecycle
    Title
    Type
    Refuse/Recycling Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Refuse/Recycling Services for WI088 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services at the Fort McCoy military installation in Wisconsin. This procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and environmental standards on the base. The contract is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting local and small enterprises in government contracting. Interested vendors can reach out to Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details regarding the solicitation process.
    Refuse Collection and Recycling Services Supporting Two U.S. Army Reserve Centers in Abingdon, VA and Marion, VA
    Buyer not available
    The Department of Defense is seeking contractors to provide refuse collection and recycling services for two U.S. Army Reserve Centers located in Abingdon, VA, and Marion, VA. The contract, categorized as a non-personal services agreement, aims to maintain a clean and safe environment while complying with federal, state, and local regulations, encompassing tasks such as refuse collection, container maintenance, and recyclable material processing. This service is crucial for ensuring operational efficiency and environmental compliance at military facilities. Interested contractors should note that the contract will span one base year with four optional years, and they can direct inquiries to Nancy Zeng at nancy.m.zeng.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil for further details.
    Refuse Services in Devens, MA048 and Danvers, MA008
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse services in Devens, MA, and Danvers, MA. The procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and sanitation at military installations. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested vendors can reach out to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 609-562-2695, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335 for further details. The solicitation is currently open, and potential bidders are encouraged to prepare their submissions accordingly.
    Long Beach, CA Port Refuse Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for refuse management services at the Long Beach Port in California. The contract involves providing and maintaining two 40-yard open top containers, with services scheduled from May 25 to June 15, 2025, and includes strict adherence to quality control and environmental regulations. This procurement is crucial for ensuring efficient waste management at a federal facility, with an estimated contract value of $47 million. Interested parties must submit their bids by March 26, 2025, and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254.
    Refuse Services (New)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking contractors to provide refuse services under a Combined Synopsis/Solicitation. The procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and operational efficiency at military installations. This contract falls under the NAICS code 562111 and the PSC code S205, highlighting its focus on housekeeping and trash/garbage collection. Interested parties can reach out to Baisy Lanzo at baisy.j.lanzo@usace.army.mil or call 817-659-6355 for further details regarding the submission process and any upcoming deadlines.
    Refuse Services for Canton NY NY013
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse services in Canton, NY, under the solicitation titled "Refuse Services for Canton NY NY013." The procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and sanitation at military facilities. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 562111 for Solid Waste Collection. Interested vendors can reach out to Michael Hull at michael.j.hull40.civ@army.mil or call 609-562-3133 for further details. The timeline for submissions and additional requirements will be outlined in the solicitation documents.
    Grounds Maintenance Services for IA058 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Waterloo, Iowa. The contract, identified as W911SA25QA056, requires the contractor to provide all necessary personnel, equipment, and supplies to maintain the facilities' lawns, trees, and shrubs, ensuring a clean and professional appearance throughout the active service months from April to October. This procurement is crucial for maintaining the aesthetic and functional integrity of government properties, reflecting the federal commitment to quality landscape management. Interested small businesses must submit their proposals by the specified deadlines, with a total estimated contract value of $9,500,000 and the option for four additional one-year terms. For further inquiries, contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Waste Pumping & Disposal Services at Garrison - Fort McCoy, WI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide waste pumping and disposal services at Garrison - Fort McCoy, Wisconsin. The contract, which is set aside for small businesses, requires the contractor to manage waste from various facilities, including the Wastewater Treatment Plant, septic tanks, and oil/water separators, while adhering to federal, state, and local regulations. This procurement is crucial for maintaining effective waste management systems that support military operations and environmental compliance. The estimated total contract value is $9 million, with a performance period from April 1, 2025, to March 31, 2030. Interested parties can contact Deena Murphy at deena.l.murphy.civ@army.mil for further information.
    W912PP25QA003 Trash Collection, Refuse Hauling and Disposal Services for Cochiti Lake, NM
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for trash collection, refuse hauling, and disposal services at Cochiti Lake, New Mexico, under the contract number W912PP25QA003. The contract requires the contractor to provide all necessary personnel, equipment, and services to maintain cleanliness in public recreation and administrative areas, with a focus on animal-proof receptacles and compliance with environmental regulations. This service is crucial for maintaining public health and safety in recreational areas, with the contract valued at approximately $47 million and a performance period extending from the date of award through December 31, 2029, including four optional extensions. Interested parties must submit their offers by March 13, 2025, at 2:00 PM, and can contact Diana Keeran at diana.m.keeran@usace.army.mil or by phone at 505-342-3263 for further information.
    Refuse and Garbage Disposal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking contractors to provide refuse and garbage disposal services. This procurement falls under the NAICS code 561720 for Janitorial Services and is categorized under the PSC code S208 for housekeeping and landscaping/groundskeeping services. These services are crucial for maintaining cleanliness and sanitation at military facilities, ensuring operational readiness and compliance with health standards. Interested vendors should reach out to Diana Robinson at DIANA.W.ROBINSON@USACE.ARMY.MIL or call 817-886-1211, or contact Baisy Lanzo at baisy.j.lanzo@usace.army.mil or 817-659-6355 for further details.