Trash Pick-up and Disposal Services- LCRO
ID: 140R3025Q0032Type: Combined Synopsis/Solicitation
AwardedJun 27, 2025
$188.4K$188,412
AwardeeBOULDER DISPOSAL INC 7197 DURANGO ST LAS VEGAS NV 89120 USA
Award #:140R3025P0027
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, 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 the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office (LCRO), is seeking proposals for trash collection and disposal services under solicitation number 140R3025Q0032. The contract will cover a five-year period starting from July 1, 2025, to June 30, 2030, with the possibility of optional extensions, and will require the contractor to provide all necessary materials, equipment, transportation, and labor for effective waste management. This procurement is crucial for maintaining environmental standards and operational efficiency at federal facilities in Boulder City, NV, and is set aside for small businesses under the NAICS code 562111 (Solid Waste Collection). Interested contractors must submit their proposals by May 30, 2025, and can direct inquiries to Angela Craig at adcraig@usbr.gov or by phone at 702-293-8459.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a combined synopsis and solicitation (RFQ No. 140R3025Q0032) for trash collection and disposal services, including bulk waste disposal, for the Lower Colorado Regional Office (LCRO) of the Bureau of Reclamation. The solicitation is categorized as a noncompetitive sole-source opportunity but allows any responsible source to submit proposals, with a focus on small businesses under the NAICS code 562111 (Solid Waste Removal). The timeline for the contract begins on July 1, 2025, and runs through June 30, 2030, with optional extensions available. The contractor is required to provide all necessary materials, equipment, transportation, and labor as detailed in the Performance Work Statement (PWS). The document specifies mandatory compliance with various federal acquisition regulations and contract clauses, including terms of payment via the Invoice Processing Platform (IPP) and safety and security requirements. Quotations from prospective contractors are due by May 30, 2025, with all communications directed to the designated point of contact, Angela Craig. This solicitation represents a key avenue for small businesses to participate in government service contracts within the solid waste management sector.
    The Bureau of Reclamation's Lower Colorado Basin Regional Office has issued a Request for Quotation (RFQ No. 140R3025Q0032) for trash and recycling removal services across multiple facilities in Boulder City, NV. The contractor is required to provide labor, tools, and equipment to collect and dispose of waste through covered dumpsters at specified locations. Services include three weekly pickups for trash and one weekly for recycling, with specific dumping site regulations to comply with local, state, and federal codes. The contract will span a base year from July 1, 2025, to June 30, 2026, with four option years and a six-month extension available. Quality Control and Assurance measures are stipulated, emphasizing the need for proper labeling of dumpsters and maintaining their condition, with a system for evaluating contractor performance based on defined standards and potential incentives or penalties. The document outlines the operational requirements and performance metrics that the contractor must adhere to for satisfactory service delivery.
    The document outlines the Federal Wage System wage rate schedules for the Las Vegas, Nevada wage area, issued by the Defense Civilian Personnel Advisory Service. It is directed to Commanding Officers of Military Departments and DoD Component Installations, establishing rates in accordance with federal regulations. The schedules provide detailed pay levels across different grade classifications, including Wage Grades (WG), Wage Leaders (WL), and Wage Supervisors (WS), with specific rates listed for each corresponding pay level. The effective date for these wage rates is set for November 17, 2024, superseding the previous schedule issued on December 28, 2023. This document serves to ensure consistent compensation practices for federal employees within the specified geographic area, reflecting compliance with governing legislation related to federal employment and wage determination.
    This document outlines a determination to solicit trash collection and disposal services from a single source, Boulder Disposal Inc., for the U.S. Department of the Interior's Bureau of Reclamation. It cites FAR 13.106-1, allowing single-source solicitations due to Boulder being the only available provider in the Boulder City, NV area. The anticipated contract, lasting five years (one base year and four optional years), is expected to begin on July 1, 2025. The estimated costs will factor in inflation over the contract's duration. The Contracting Officer will ensure price reasonableness by comparing offers for similar services and leveraging historical pricing data from an existing contract with Boulder for Hoover Dam services. Market research included validating prior data and publishing a notice of intent to streamline compliance with procurement regulations. The document emphasizes the need for efficient service provision while maintaining regulatory transparency and price competitiveness in federal contracting processes.
    The document outlines a Request for Proposal (RFP) issued by the Bureau of Reclamation for trash collection and disposal services over a five-year period, including multiple optional extension periods. Specifically, the base period spans from July 1, 2025, to June 30, 2026, with the potential for four additional option years and a six-month extension. The services include routine trash collection and bulk waste disposal as needed, categorized under the S205 Product/Service Code. This RFP is identified under solicitation number 140R3025Q0032 and administered by the Lower Colorado Region office in Boulder City, NV. The document stipulates a variety of administrative details such as payment processes, a contact for inquiries, and contract compliance referencing the Federal Acquisition Regulations (FAR). The overarching aim is to solicit bids from qualified contractors, particularly encouraging participation from small business entities. Proper submission of proposals is essential for contractors wishing to contribute to this waste management initiative, which addresses environmental responsibility within federal operations.
    Similar Opportunities
    Trash Pickup for Rocky Ridge Boarding School
    Interior, Department Of The
    The Bureau of Indian Affairs is seeking quotations for trash pickup services at the Rocky Ridge Boarding School, as part of a procurement initiative aimed at supporting Indian Small Business Economic Enterprises (ISBEE). The contract will cover refuse pickup and recycling services, structured as a Firm Fixed Price purchase order for a base year from January 1, 2026, to December 31, 2026, with the possibility of four additional option years. This service is crucial for maintaining cleanliness and environmental standards at the school, ensuring a healthy learning environment for students. Interested contractors must submit their all-inclusive offers electronically to Ashleigh Cleveland by December 16, 2025, at 1700 EST, and must be registered in SAM.gov to comply with applicable federal regulations.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Trash Pickup for Kaibeto Boarding School
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking quotations for trash pickup services at the Kaibeto Boarding School. This procurement is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, with a focus on solid waste collection under NAICS code 562111. The contract will be structured as a Firm Fixed Price purchase order for a base year starting January 1, 2026, with the possibility of four additional option years extending through 2030. Interested contractors must submit a comprehensive quote that includes their qualifications and ability to perform, with evaluations based on technical capability and price. For further inquiries, potential offerors can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    Trash Disposal Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.