Refuse - Fort Irwin, CA
ID: W911SA25QA129Type: 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
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide refuse management services at Fort Irwin, California, under a total small business set-aside contract. The procurement involves managing waste through the provision of standard commercial-grade refuse containers, scheduled emptying services, and compliance with various operational standards, including a Quality Control Plan and employee training on anti-terrorism and operations security. This contract, valued at approximately $47 million, is critical for maintaining effective waste management during military training operations and is scheduled for performance from May 25 to June 15, 2025. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254 for further details and to ensure compliance with all submission requirements.

Point(s) of Contact
Files
Title
Posted
Apr 18, 2025, 2:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation outlines the requirements for a contract related to commercial products and services, specifically in providing refuse management services at Fort Irwin, California. The estimated total award amount is USD 47,000,000.00, with a detailed performance work statement outlining the provision of open-top containers and waste removal services. The document specifies a requirement for labor, materials, and supervision needed to fulfill these services. The solicitation includes terms regarding the due date for offers, the process of submitting quotes, and requirements for documentation, including team agreements for joint ventures. It highlights the necessity for adherence to various federal clauses, including compliance with service contract labor standards, insurance requirements, and performance evaluation protocols post-award. Key provisions emphasize the importance of submitting complete representations and certifications, maintaining regulatory compliance, and ensuring satisfactory performance to support future contract awards. There is a distinct focus on facilitating participation by women-owned businesses, underlining the federal government’s commitment to promoting small business inclusion through targeted solicitations. Overall, the solicitation is structured to ensure transparent procurement practices while fostering equitable opportunities within federal contracting.
The Fort Irwin/NTC Waste Refuse Support Performance Work Statement outlines a non-personal services contract for waste management at Fort Irwin, California. The contractor is responsible for providing all necessary personnel, equipment, and services to manage waste, including servicing two 40-yard open-top containers. The contract runs from May 25 to June 15, 2025, requiring various operational standards and adherence to a Quality Control Plan that the contractor must develop and maintain. This plan includes monitoring service performance, identifying discrepancies, and corrective actions to ensure compliance. The Government will monitor contractor performance through a Quality Assurance Surveillance Plan. The contractor is also responsible for employee training on anti-terrorism and operations security and must possess a valid California business license. Invoicing will be done via the Wide Area Workflow system. Overall, this document emphasizes the importance of service quality, regulatory compliance, and operational safety in managing waste refuse support during military training operations.
Apr 18, 2025, 2:05 PM UTC
The document serves as a coversheet for the review of requirements packages related to antiterrorism (AT) and operations security (OPSEC) within the Army contracting process. It mandates that a signed AT/OPSEC coversheet is necessary for all contracts except for specific low-value supply purchases. Key roles include mandatory reviews from an organizational antiterrorism officer (ATO) and an OPSEC officer before submission to contracting activities. The document outlines various training and compliance requirements for contractors, including AT Level I training, OPSEC programs, and information assurance protocols. It specifies conditions where certain standard contract language applies and necessitates training for contractor personnel, especially those accessing government facilities or working overseas. The requirement for contractors to develop and implement OPSEC plans, complete background checks, and undergo various trainings is detailed to enhance security and compliance according to established Army regulations. This ensures that contractors are adequately prepared and informed to mitigate threats and adhere to security policies. Overall, the document establishes critical security protocols essential for maintaining operational integrity in government contracting contexts.
The document outlines performance requirements for waste management services under a government contract. It specifies that waste refuse containers must be standard commercial-grade, leak-proof, and regularly inspected to meet a performance standard of 95%. Contractors are required to provide scheduled emptying services and maintain logs of their services, with reports submitted to the Contracting Officer's Representative (COR) within five days of the performance period's end. Delivery of containers must follow specified locations and logistical details, with a requirement for pre-delivery setup. In cases of non-delivery, the contractor must document attempts and communicate potential government faults promptly. Trash removal notifications will generally follow a 48-hour notice, though shorter notices may occur. Incentives include positive performance evaluations and full payment, while disincentives involve corrective actions and potential payment reductions for non-conformance. This document is a component of RFP processes aimed at ensuring compliance and quality in government contracts for waste management services.
Apr 18, 2025, 2:05 PM UTC
The document outlines requirements for various training certifications, business licenses, personnel details, invoicing, scheduled services, and insurance for a federal contract. Notably, it mandates the delivery of digital training certificates, including AT Level I, iWatch, and OPSEC awareness, at least five days before contract commencement or when staff changes occur. A California business license and key personnel details must also be submitted within specific timeframes. Invoices are to be entered into the PIEE system and emailed to the Contracting Officer's Representative (COR) at the end of each month after services provided. Lastly, proof of required insurance needs to be submitted within ten days post-award and annually thereafter. The structured approach ensures compliance with federal standards and facilitates contract oversight by the COR, supporting effective project execution and management in line with government RFP processes.
Apr 18, 2025, 2:05 PM UTC
The document is a Wage Determination Log pertaining to Fort Irwin in San Bernardino County, California, under the wage determination number 2015-5629. It emphasizes the importance of consulting the official Wage Determination website for comprehensive details regarding wage rates specific to the location and the applicable revision number, last updated on December 22, 2024. This log is relevant for government contractors as it outlines wage requirements that must be adhered to in federal contracts, ensuring employees are compensated fairly according to the designated wage standards. The underlying purpose is to provide a centralized resource for wage determination, which is essential for compliance with federal labor regulations in the context of government RFPs and grants, reinforcing the commitment to fair labor practices.
Apr 18, 2025, 2:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation primarily seeks contractors to deliver refuse services at Fort Irwin, CA. The contract, identified as W911SA25QA129, is valued at approximately $47 million and is scheduled for performance from May 25, 2025, to June 15, 2025. Key components include providing labor, materials, and equipment to manage waste using specified containers, alongside a separate waste removal fee. The solicitation outlines specific requirements and administration protocols, ensuring compliance with federal acquisition standards, including payment instructions through the Wide Area Workflow (WAWF) system. It emphasizes contractor qualifications, insurance requirements, and adherence to various federal regulations, including those pertinent to small business programs aimed at promoting economically disadvantaged women-owned businesses. With clear instructions for bidding and submission deadlines, this solicitation reflects the government's effort to engage small, qualifying contractors while ensuring operational efficiency and legal compliance in service delivery.
Apr 18, 2025, 2:05 PM UTC
This document serves as an amendment to a federal solicitation, specifically regarding the solicitation numbered W911SA25QA129. The main purpose of this amendment is to notify that the solicitation requirement is canceled. It details the processes for Contractors to acknowledge the amendment, which can be done through completing supplied forms or electronic communication. It includes instructions regarding the modification of existing contracts or offers, emphasizing the importance of timely acknowledgment to avoid offer rejection. Additionally, contacts for further clarification are provided, including a point of contact, Melissa Guthmiller from the MICC at Fort McCoy, who can be reached via email or telephone. The document reinforces that except for the changes stated, all other terms of the solicitation remain unchanged and in effect.
Lifecycle
Title
Type
Refuse - Fort Irwin, CA
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple locations in Michigan under the solicitation titled "Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030." This procurement involves a non-personal services contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, supervision, and other items to fulfill the service requirements as outlined in the Performance Work Statement. The contract period is set to commence on July 1, 2025, and will run until June 30, 2026, with the possibility of four additional twelve-month option periods and a six-month extension for services. Interested parties can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 502-898-7484 for further details.
Solid Waste Management
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground (USAYPG) in Arizona, is seeking quotes for solid waste management services under a total small business set-aside contract. The contractor will be responsible for providing comprehensive solid waste removal, including the provision of dumpsters and roll-off receptacles, in accordance with the Performance Work Statement (PWS) and associated technical exhibits. This procurement is critical for maintaining environmental sustainability and operational readiness at the facility, ensuring compliance with federal, state, and local regulations. Interested parties must submit their quotations by May 13, 2025, with all inquiries directed to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
Refuse and Recycling Services for IL177 (Multi-Site)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide refuse and recycling services for IL177 across three locations in Illinois. This procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and compliance with applicable laws and regulations, as outlined in the attached Performance Work Statement (PWS). The services are critical for maintaining cleanliness and environmental standards at military facilities, with the contract period set from June 3, 2025, to May 31, 2026, and options for four additional twelve-month periods, plus a six-month extension. Interested parties can contact Laurie Lago at laurie.e.lago.civ@army.mil or (520) 706-0975 for further details.
Non-Sewer Portable Latrines and Handwash Stations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-sewer portable latrines and hand wash stations to support training facilities at the National Training Center (NTC) and surrounding areas of Fort Irwin, California. The contract requires the contractor to deliver, set up, service, relocate, and remove the equipment, ensuring that latrines and hand wash stations are maintained in fully serviceable condition at all times, adhering to specified ratios and environmental standards. This procurement is critical for maintaining functional sanitation facilities that meet military training needs, particularly in the challenging desert terrain of the region. Interested parties must submit their capabilities statements by April 24, 2025, to Theresa Rodriguez and Tamaria R. Baker via email, with the requirement that the contractor must be a Service-Disabled Veteran-Owned Small Business (SDVOSB) and capable of performing at least 50% of the work.
Dumpster Manure Services
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for dumpster manure services at the Marine Corps Mountain Warfare Training Center (MCMWTC) in Bridgeport, California. The contractor will be responsible for providing a 30-cubic yard dumpster for manure collection, with requirements for efficient delivery and removal services within three business days, barring adverse weather conditions. This procurement is crucial for maintaining sanitation and operational efficiency at the training center, and it emphasizes compliance with federal acquisition regulations while supporting small business participation, particularly from service-disabled veteran-owned and women-owned small businesses. Interested contractors should contact Gabriel Lopez at Gabriel.Lopez@usmc.mil or call 760-932-1544/1666 for further details, and are encouraged to review the attached RFP for specific requirements and evaluation criteria.
Refuse and Recycling Services for Multiple Sites in MN
Buyer not available
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.
Refuse Services - Fairview PA209
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey (ACC-NJ), is seeking proposals from qualified small businesses for refuse services at the Fairview USARC located at 7001 Klier Drive, Fairview, PA 16415. The primary objective of this procurement is to ensure a clean and environmentally safe workplace by providing refuse collection services in accordance with the Performance Work Statement. These services are crucial for maintaining a hygienic environment free of debris and pests, thereby supporting the operational readiness of the facility. Interested vendors should contact Michael Hull at michael.j.hull40.civ@army.mil or 609-562-3133, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details, as this opportunity is set aside for small businesses under FAR 19.5.
Refuse and Recycling Services for Multiple Sites in Missouri
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple sites in Missouri. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. These services are crucial for maintaining cleanliness and environmental standards at military facilities, with the contract period set from July 1, 2025, to June 30, 2026, and options for four additional twelve-month periods and a six-month extension. Interested parties can contact Kayla Christian at kayla.j.christian.civ@army.mil or by phone at 520-706-1227 for further details.
Solid Waste (refuse) Removal
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified vendors to provide solid waste removal services for the Beaver Lake Project office and associated facilities in Arkansas. This procurement, identified by solicitation number W9127S25Q0026, is a total small business set-aside under NAICS Code 562111, focusing on refuse collection services from the date of award through December 31, 2029. The selected contractor will be responsible for waste management at key locations, including the Beaver Project Office and Beaver Powerhouse, ensuring compliance with federal regulations while supporting the government's commitment to engaging small businesses. Interested vendors must submit their quotes by May 14, 2025, and can contact John Kattengell at john.r.kattengell@usace.army.mil or 501-340-1260 for further information.
W15QKN-25-Q-A089: Refuse Collection and Recycling Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse collection and recycling services at the Allegany County Soldiers Memorial United States Army Reserve Center located in Cumberland, MD. The objective of this procurement is to ensure efficient waste management and recycling operations at the facility, which is crucial for maintaining a clean and sustainable environment for military personnel. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested vendors can reach out to Evanuel Hairston at evanuel.hairston.civ@army.mil or by phone at 609-562-2576 for further details. The solicitation is currently open, and potential bidders are encouraged to submit their proposals in accordance with the guidelines provided.