Cardboard and Plastic Recycling at Hawaii Commissaries
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Commissary Agency (DECA), under the Department of Defense, has issued a Combined Synopsis/Solicitation (RFP) for Cardboard and Plastic Recycling Services at four commissary locations in Hawaii. This is a Total Small Business Set-Aside opportunity for a Firm-Fixed Price (FFP) contract. Proposals are due April 10, 2026, by 3:00 PM EST.
Scope of Work
The contractor will provide comprehensive recycling services, including the collection, transportation, and processing of Old Corrugated Cardboard (OCC), plastic packaging, and plastic bags generated from day-to-day grocery resale operations. Services are required at Kaneohe Bay Commissary, Hickam AFB Commissary, Pearl Harbor Commissary, and Schofield Barracks Commissary. The contractor must supply all necessary personnel, equipment, tools, materials, supervision, and transportation, ensuring compliance with all applicable federal, state, and local environmental regulations.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: A 12-month base period from the date of award, with four (4) additional one-year option periods, potentially extending the contract through March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562111 (Small business size standard: $47M)
- Product Service Code: S205 (Trash/Garbage Collection Services)
Submission & Evaluation
Offers must be submitted signed and dated to marcella.simmons@deca.mil by April 10, 2026, 3:00 PM EST. Required submissions include pricing via Attachment 1, electronic representations and certifications via SAM.gov (Attachment 4), completed DFARS clauses, a Unique Entity Identification (UEI) number, a statement of technical approach, waste handling certification, and three past performance references from the last three years. Evaluation will follow FAR Part 13 Simplified Acquisition Procedures, based on Technical Capability, Past Performance, and Price, utilizing a Lowest Priced Technically Acceptable (LPTA) approach.
Key Requirements & Notes
Contractors must ensure active and current SAM.gov registration throughout the contract term and use the Department of Defense's Wide Area WorkFlow (WAWF) for monthly electronic invoicing. Compliance with installation access procedures, including potential background checks and vehicle inspections, is mandatory. Monthly and annual recycling reports are required deliverables. An amendment was issued to incorporate and address specific Federal Acquisition Regulation (FAR) clauses for compliance following a recent FAR overhaul.