DUMPSTER IDIQ ALASKA
ID: W912D025RA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-AK WAINWRIGFORT WAINWRIGHT, AK, 99703-0510, USA

NAICS

Solid Waste Collection (562111)

PSC

LEASE OR RENTAL OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (W045)

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 qualified contractors to provide dumpster services under a Total Small Business Set-Aside contract at Fort Wainwright, Alaska. The contractor will be responsible for furnishing all necessary labor, supervision, management, tools, materials, and equipment to manage waste collection, including general refuse, recyclables, biohazardous, and organic waste, in compliance with environmental regulations. This procurement is crucial for supporting military operations and ensuring efficient waste management practices. Interested vendors should reach out to primary contact Zainab Obatayo at zainab.a.obatayo.civ@army.mil or secondary contact Jefferey Morgan at jefferey.a.morgan.civ@army.mil for further details, with the contract expected to run from August 1, 2025, to July 31, 2028, and options for extensions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for refuse collection and equipment rental services for the 11th Airborne Division at Fort Wainwright, Alaska. The contract specifies that the contractor will handle waste management including general refuse, recyclables, biohazardous, and organic waste, ensuring compliance with federal, state, and local environmental regulations. Key service requirements include the provision of various dumpster sizes, timely delivery, and adherence to safety guidelines. The contractor must maintain a sufficient workforce, coordinate waste collection activities in advance, and comply with specific safety and security protocols, including emergency reporting and training. The document emphasizes the contractor's accountability in maintaining high performance standards, which will be monitored through a Quality Assurance Surveillance Plan (QASP). Additionally, it details several performance objectives, acceptable quality levels, and procedures for handling hazardous materials. The PWS aims to establish clear expectations for waste management services supporting military operations while prioritizing safety and environmental protection, reflecting the government's commitment to efficiency and compliance within the procurement process.
    The Quality Assurance Surveillance Plan (QASP) for refuse collection and equipment rental by the 413th Contract Support Brigade outlines the methods the government will employ to ensure contractor performance aligns with contract requirements. The QASP aims to hold the contractor accountable for quality while allowing the government to conduct surveillance as needed. Key services include providing waste collection for general refuse, recyclables, biohazardous and organic waste, utilizing various container sizes, and ensuring timely service coordination. Contractor responsibilities encompass a quality control program, with government oversight via inspections, customer feedback, and Performance Requirements Summaries (PRS). Non-conforming performance is categorized and documented to facilitate corrective measures. The document defines roles for key personnel, including a Contracting Officer and a Contracting Officer's Representative, while establishing a process for reporting performance metrics and trends. It emphasizes government rights to inspect contract deliverables, reject unsatisfactory work, and adapt oversight as necessary. The QASP serves as a living document, subject to updates based on performance data analysis and recommended changes. This comprehensive approach highlights the government's commitment to maintaining high service quality standards in compliance with contractual obligations.
    The document outlines a Request for Proposal (RFP) for dumpster services in support of the United States Army Garrison (USAG) Alaska. It includes a company information section that requires potential vendors to fill out specific details and a price summary chart for various dumpster service options. The services are broken down into several Contract Line Item Numbers (CLINs), detailing dumpster sizes, quantities, unit prices, and total costs for locations including Fort Wainwright, the Yukon Training Area, and Clear Space Force Station. The base year and option years' pricing structures are specified, with estimated quantities provided. However, actual quantities and locations may vary, and unit prices should reflect daily rates. This document is essential for companies looking to provide disposal services to military facilities, ensuring compliance with government contracting guidelines and the provision of accurate pricing and service availability. Vendors must adhere to the specified format and complete only the highlighted sections.
    The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining required minimum wage rates and fringe benefits for various occupations in Alaska, specifically the Fairbanks North Borough. It states that contracts entered into or extended after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of at least $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, Executive Order 13658 establishes a minimum wage of $13.30 per hour if not renewed after January 30, 2022. The document includes detailed occupational classifications with corresponding hourly wage rates, fringe benefits, and health and welfare stipulations. Notably, all listed occupations receive health benefits totaling $5.36 per hour, along with vacation and holiday allowances. Special provisions are outlined for hazardous jobs, computer employees, and uniform allowances. It emphasizes compliance with various ensures to protect workers and highlights the procedures for classifying new job titles under the wage determination framework. The information is crucial for contractors and employees engaged in federally funded contracts, reinforcing compliance with labor standards.
    The document outlines various training areas and operational locations associated with Fort Wainwright, Yukon Training Area, Fort Greely, and Clear Space Force Station. It emphasizes that the locations provided are reference points within designated boundaries highlighted in green, allowing for service requests not strictly confined to these areas. The major training locations include Fort Wainwright with multiple gates and the Yukon Training Area featuring distinct drop zones. Additionally, Fort Greely also includes main gates and various staging areas pertinent for operations. The intent of the document is to communicate service availability and operational flexibility within these military training zones, ensuring stakeholders understand that additional requests can be accommodated within the parameters set forth. The overall purpose aligns with federal RFP processes, indicating a structure for government contracts related to military operations and training facilities.
    The document addresses inquiries regarding a new requirement for a dumpster-related project under the government contracting process. It clarifies that there is no incumbent for this solicitation, noting it is a fresh initiative, although a similar service was previously procured under award number W912D025CA002. This indicates that while the current project is not a recompete, there is historical precedent for similar contracts. The responses aim to provide clarity to potential vendors about the nature of the solicitation and any historical context they may find useful when preparing bids. Overall, the document serves as a FAQ for contractors interested in participating in the RFP process for the new requirement.
    The document is a solicitation for a contract aimed at providing dumpster services to the U.S. Army, specifically for locations including Fort Wainwright and the Yukon Training Area. It outlines the terms and conditions for rental, delivery, and hauling services of dumpsters, emphasizing a firm fixed price for specified services (e.g., 15, 30, and 40 cubic yard roll-off dumpsters). The contract is set to run from August 1, 2025, to July 31, 2028, with options for extensions to 2029. Key contractual elements include compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring adherence to labor standards, cybersecurity measures, and restrictions on certain telecommunications services. The contract promotes the use of women-owned small businesses, with considerations for socioeconomic categories such as service-disabled veteran-owned and HUBZone businesses. Ultimately, this solicitation embodies the federal government's initiative to procure essential services while ensuring compliance with regulatory requirements, promoting fair competition among small business concerns, and managing public service needs responsibly.
    Lifecycle
    Title
    Type
    DUMPSTER IDIQ ALASKA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought Hazardous Waste Removal Alaska
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    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.
    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.
    Other than Full and Open Competition_Integrated Waste Management
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.
    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.
    J&A-Base Operations Support Services Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Base Operations Support Services for Fort Wainwright and its subordinate locations in Alaska. The procurement aims to fulfill a requirement under unusual and compelling urgency, as justified in accordance with FAR 6.302, which necessitates the services to be provided without full and open competition. These services are critical for maintaining operational readiness and supporting the daily functions of military installations. Interested parties can reach out to Elisse Teachey at elisse.s.teachey.civ@army.mil or by phone at 808-787-5588, or Keely Pool at keely.k.pool.civ@army.mil or 808-787-8807 for further details.
    Crane Rental Service in FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services at Fort Wainwright, Alaska. The procurement involves the rental of 40-ton cranes with operators and riggers for scheduled and unscheduled material handling support from January 26 to March 4, 2026, including operations at the railhead and Donnelly Training Area. This service is critical for the efficient loading, unloading, and movement of equipment, ensuring compliance with safety and environmental regulations. Interested small businesses must submit proposals by December 17, 2025, with questions due by December 10, 2025, and can contact SSG Eric Kim or MAJ Molly Libowski for further information.
    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.
    IFB 33-5059 - METALLIC and NON-METALLIC SCRAP SALE, FAIRBANKS, AK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a three-year term contract for the sale of metallic and non-metallic scrap located at Fairbanks, Alaska, under Invitation for Bid (IFB) 33-5059. Bidders are required to submit sealed bids by January 5, 2026, at 1:00 p.m. EST, and must agree to pay for and remove the property within 90 calendar days of bid acceptance, adhering to environmental regulations and handling requirements outlined in the bid documents. This sale is significant for recycling efforts and the management of surplus government property, with the government guaranteeing minimum quantities of scrap and providing options for contract extensions. Interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.