Refuse Services

SOL #: FA875126Q0031Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8751 AFRL RIKO
ROME, NY, 13441-4514, United States

Place of Performance

Rome, NY

NAICS

Solid Waste Collection (562111)

PSC

Trash/Garbage Collection Services Including Portable Sanitation Services (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Mar 27, 2026, 4:00 PM

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 Department of the Air Force, AFRL RIKO, is soliciting proposals for Refuse Services (Integrated Solid Waste Management) at the Rome Research / DFAS installation in Rome, NY, Newport Research Facilities in Newport, NY, and Stockbridge Research Facilities in Oneida, NY. This is a Total Small Business Set-Aside. The contract is a Firm Fixed-Price type, with a base year and four option years, plus a six-month extension option. Proposals are due by 12:00 PM EST on March 27, 2026.

Scope of Work

The contractor will provide all personnel, equipment, tools, materials, vehicles, supervision, and services necessary for integrated solid waste management. This includes supplying containers, collecting, transporting, and disposing of solid waste, recyclables, and construction/demolition (C&D) debris. Services must adhere to schedules, maintain collection areas, and ensure proper disposal at licensed off-site facilities. Equipment maintenance, including keeping containers clean and in good working condition, is also required.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Period of Performance: April 1, 2026 – September 30, 2031 (1-year base + 4x 1-year options + 6-month extension)
  • NAICS Code: 562111 (Small Business Size Standard: $47M)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Place of Performance: Rome, Newport, and Oneida, NY.
  • Work Hours: 0800-1600 Monday-Friday, excluding Federal Holidays.

Submission Requirements

Offerors must submit quotes via email to Tabitha.Haggart@us.af.mil and Jenna.Tarbania@us.af.mil. Submissions must include:

  • Completed Quote Template (Attachment No. 3, dated 25 March 2026), providing pricing for all CLINs.
  • Past Performance Questionnaires (PPQs) (Attachment No. 4) for up to five relevant contracts. Offerors complete Section A, and references submit Section B directly to the Contract Specialist.
  • Completed Offeror Representations and Certifications (Attachment No. 2), including verification of SAM.gov status and disclosures regarding telecommunications equipment.
  • Compliance with Wage Determination 2015-4165 Rev No. 31 for labor costs.

Evaluation Criteria

Award will be made using a trade-off procedure, where Past Performance is significantly more important than price. The government seeks the best value.

Key Clarifications & Requirements

  • Weight Tickets: Required for RRS, DFAS, Construction, and Debris containers/CLINs as per PWS paragraph 1.1.10. Tipping fees are billed per the price schedule. Newport and Stockbridge site refuse containers do not require weight tickets.
  • Insurance: FAR clause 52.228-5 applies. Minimums include Workers' Compensation ($100k), General Liability ($500k per occurrence), and Automobile Liability ($200k/$500k bodily injury, $20k property damage).
  • Performance Standards: The PWS outlines specific Service Summary (SS) objectives and thresholds, including limits on customer complaints and defects for collection, disposal, equipment maintenance, and reporting.
  • Security: Access control procedures, REAL ID compliant identification, and prohibition of photography/videography at RRS. No foreign national workers are allowed on the Rome Research Site.
  • CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required prior to award.

Important Notes

This is a combined synopsis/solicitation. Offerors are responsible for monitoring for any further amendments. Funds are not presently available, and the Government reserves the right to cancel the solicitation.

People

Points of Contact

Tabitha HaggartPRIMARY
Jenna TarbaniaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Refuse Services | GovScope