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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    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.