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
    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
    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.
    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.
    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.
    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.
    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.
    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
    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.
    Fort Irwin Tank Transfer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    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.
    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.
    Waste Disposal Services at Ft. Sill National Cemetery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for waste disposal services at Fort Sill National Cemetery in Oklahoma, specifically for universal waste collection. The procurement aims to secure a contractor capable of handling the removal of used oil/coolant, oily water from an oil/water separator tank, and cleaning the sand interceptor, with a focus on compliance with federal regulations and the provision of qualified personnel. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, covering a base period through October 31, 2026, with four additional one-year options. Interested contractors must submit their offers by December 18, 2025, at 11:00 AM EST, and direct any questions to David Hester at David.Hester@va.gov.
    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.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.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.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.