MTAO Tiber Trash Service with Base Plus 4 Years
ID: 140R6024Q0074Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The INTERIOR, DEPARTMENT OF THE, BUREAU OF RECLAMATION, GREAT PLAINS REGIONAL OFFICE has issued a Combined Synopsis/Solicitation notice for the procurement of MTAO Tiber Trash Service with Base Plus 4 Years. This service is typically used for solid waste collection, specifically housekeeping-trash/garbage collection. For more information, please contact Hirsch, Michael at mhirsch@usbr.gov or 970-744-2908.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.
    F--Manure Removal Services
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide manure removal services for five stables housing 30-35 horses in the Washington Metropolitan Area, with the requirement anticipated for fiscal year 2025. The contractor will be responsible for supplying and maintaining dumpsters for manure disposal, ensuring timely service delivery within three business days of request, and adhering to operational procedures outlined in the draft statement of work. This service is crucial for maintaining sanitation and compliance for the Horse Mounted Patrol Unit, reflecting a growing demand as evidenced by the increase in manure dumpster removals in recent years. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further details, and are encouraged to submit their capabilities in response to this sources sought notice, which does not constitute a formal solicitation.
    M--Paradox Valley (PVU) Operations, Maintenance and Repair (OM&R) Services - Pre-s
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is preparing to solicit Operations, Maintenance and Repair (OM&R) Services for the Paradox Valley Unit located near Bedrock, Colorado. This procurement, classified under NAICS code 561210, will be conducted as a Full and Open Competition, with the intention of establishing a Firm Fixed Price purchase order contract. The services are crucial for the effective operation of government-owned contractor-operated facilities, ensuring their maintenance and functionality. Interested vendors should note that the anticipated solicitation will be posted approximately 15 days from this notice, with proposals due 30 days after issuance. For further inquiries, vendors may contact Tochukwu Aniche via email at taniche@usbr.gov.
    FCI Three Rivers Waste Management /Landfill Trash Disposal Services
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking a contractor to provide landfill trash disposal services for the Federal Correctional Institution (FCI) in Three Rivers, Texas. The procurement involves the contractor assuming ownership and responsibility for solid waste once it is transported to their facility, with an estimated monthly delivery of 35 tons of waste, totaling approximately 420 tons annually. This service is critical for maintaining compliance with local, state, and federal regulations regarding waste management in a federal institution. Interested vendors must attend a site visit on August 14, 2024, and submit a designated form by August 12, 2024, to participate in the procurement process. For further inquiries, vendors can contact Brandy Perez at b5perez@bop.gov or Walter Soto-Ruiz at wsotoruiz@bop.gov.
    Biohazardous & Pharmaceutical Medical Waste Pickup and Disposal Services - Ute Mountain Ute Health Center - Towaoc, CO
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Biohazardous and Pharmaceutical Medical Waste Pickup and Disposal Services at the Ute Mountain Ute Health Center in Towaoc, Colorado. The contract, which spans from January 1, 2025, to December 31, 2025, with options for four additional years, requires the contractor to manage and dispose of regulated medical and pharmaceutical waste in compliance with federal, state, and local regulations. This procurement is critical for ensuring public health and safety through proper waste management practices, and it emphasizes the engagement of Indian Small Business Economic Enterprises (ISBEE). Interested vendors must submit their proposals by 5:30 PM MDT on October 25, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755.
    R--Jackson County, OR Streamgaging
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is conducting market research to identify potential vendors for hydrological technician services related to streamgage rating table development and electronic equipment maintenance in Jackson County, Oregon. This sources sought notice aims to gather information on vendors' capabilities to inform the acquisition strategy, which may include small business set-asides or open competition, potentially leading to multiple awards. The services are crucial for effective water resource management in the Rogue River Basin. Interested parties are encouraged to submit their organization details and a tailored capability statement by October 25, 2024, to Michael Garloch at mgarloch@usbr.gov or by phone at 208-378-5258.
    Recyclable Collection Services
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking qualified contractors to provide recyclable collection services at their facility in Vancouver, Washington. The procurement involves weekly pickup of recyclables, with the contract set to commence on January 1, 2025, and lasting for a base year with four optional renewal years. This initiative underscores the government's commitment to sustainable waste management practices, aligning with federal guidelines and local regulations. Interested vendors must submit their quotations by October 24, 2024, and ensure they are registered in the System for Award Management (SAM) prior to submission; for further inquiries, they can contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or call 360-619-7738.
    Wastewater Treatment Hauling Services; Jacobs Creek Job Corps Center; Bristol, TN.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the USDA Forest Service, is seeking contractors to provide wastewater treatment hauling services for the Jacobs Creek Job Corps Center located in Bristol, Tennessee. The procurement involves a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract, which spans from December 3, 2024, to December 2, 2029, with an estimated annual hauling volume of 2,500,000 gallons. This contract is crucial for maintaining proper wastewater management and environmental compliance at the facility, ensuring efficient operations and adherence to federal regulations. Interested contractors must attend a site visit on October 24, 2024, and submit their proposals by November 8, 2024, with inquiries directed to Gary Durham at gary.durham@usda.gov or Dennis Cantrell at dennis.cantrell@usda.gov.
    S--IL-CRAB ORCHARD NWR-BPA SETUP- DUMPSTER
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for dumpster services at the Crab Orchard National Wildlife Refuge in Southern Illinois. This procurement is exclusively set aside for small businesses and requires contractors to provide pricing for various dumpster sizes and service frequencies across multiple locations within the refuge. The selected contractor will ensure regular servicing of dumpsters, with flexibility to adjust services as needed, supporting the Refuge's operational efficiency and environmental stewardship. Interested parties should submit both technical and price proposals by the specified deadlines, with the contract expected to commence on January 1, 2025, and run through December 31, 2030. For further inquiries, contact Renee Babineau at reneebabineau@fws.gov or call 404-679-7349.