Refuse Services
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 Department of the Air Force is soliciting proposals for Refuse Services at the Rome Research / DFAS installation, Newport Research Facilities, and Stockbridge Research Facilities in New York. This is a Total Small Business Set-Aside for comprehensive solid waste management. Proposals are due by Tuesday, March 24, 2026, at 3:00 PM EST.
Scope of Work
The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and services necessary for integrated solid waste management. This includes collection of refuse, recycling, and construction/demolition (C&D) debris, container servicing, unscheduled C&D pick-up, transportation, and disposal at licensed off-site facilities. Services must adhere to contract standards and all applicable local, state, and federal regulations. Performance locations include Rome, Newport, and Stockbridge, NY.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: April 1, 2026, through September 30, 2031 (one-year base period with four 1-year options and a 6-month extension option).
- NAICS Code: 562111 (Trash/Garbage Collection Services)
- Small Business Size Standard: $47M average annual receipts.
- Set-Aside: Total Small Business.
Submission Requirements
Quotes must be submitted via email to Tabitha.Haggart@us.af.mil and Jenna.Tarbania@us.af.mil. Offerors must use the provided Quote Template (Attachment No. 3) for pricing. Past Performance Questionnaires (PPQs) (Attachment No. 4) for up to five relevant contracts are required, with references submitting Section B directly to the Contract Specialist by March 20, 2026. Offerors must also complete Offeror Representations and Certifications (Attachment No. 2), verifying SAM.gov status and addressing telecommunications equipment and foreign tax representations.
Evaluation Criteria
Award will be made using trade-off procedures, with Past Performance being significantly more important than price. The Government will select the responsible Offeror whose quote represents the best value.
Key Documents & Clarifications
- Combined Synopsis Solicitation v1.pdf: The primary solicitation document.
- Attachment No. 1 RRS DFAS Refuse PWS 23 Feb_.pdf: Details the Performance Work Statement, including scope, performance standards, and special requirements (environmental, security, safety).
- QA doc 1.docx: Provides responses to vendor questions, clarifying insurance requirements (FAR 52.228-5) and noting a pending response regarding weight tickets.
- Attachment No. 5 Wage Determination: Specifies minimum wage rates and fringe benefits for New York counties, crucial for pricing.
- Amendment 2 (March 23, 2026): Extended the closing date to March 24, 2026, 3 PM EST. Amendment 1 provided the Q&A document and an earlier extension.
Important Notes
Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required prior to award. Funds are not presently available, and the Government reserves the right to cancel the solicitation. No foreign national workers are allowed on the Rome Research Site.