S--Solid Waste Sanitation Services DC Palisades
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 Interior, National Park Service (NPS) is soliciting quotes for Solid Waste Sanitation Services at Palisades - Rock Creek National Park, Washington, DC. This 100% Total Small Business Set-Aside opportunity requires comprehensive refuse collection and trash can emptying services. Quotes are due by April 09, 2026, at 11:00 AM ET.
Scope of Work
The contractor will provide all necessary personnel, equipment, tools, materials, vehicles, and supervision for refuse collection and emptying of trash cans within designated areas of the Palisades Area, Rock Creek National Park. Services include general housekeeping around trash cans, disposal of "non-park" trash and "Hazardous type" waste at designated locations, and litter removal from open NPS areas and adjoining wooded areas up to 20 feet. Service frequency may increase from May through September due to higher visitation. Specific requirements include using clear PVC trash bags, equipping trucks with "Sharps" containers, maintaining a minimum two-person crew per truck, and ensuring personnel wear uniforms with company identification. Contractor vehicles are restricted from entering Montrose Park, Rose Park, or Meridian Hill Park; trash must be collected at the park edges. Compliance with all local, state, and federal regulations, including environmental and traffic laws, is mandatory. Protocols for inclement weather and high winds are in place, and subcontracting requires express written approval from the Contracting Officer.
Contract Details
- Contract Type: Firm-Fixed-Price Service Contract
- Period of Performance: A base year (April 15, 2026 - April 14, 2027) with four (4) additional 12-month option periods. The pricing schedule also mentions an optional 6-month extension.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562111 (Solid Waste Collection), with a small business size standard of $47 Million.
- Place of Performance: 3545 Williamsburg Lane, NW, Washington, DC 20008.
Submission & Evaluation
- Quotes Due: April 09, 2026, by 11:00 AM ET.
- Questions Due: April 07, 2026, by 11:00 AM ET.
- Submission Method: Email quotes to Billie_thomas@nps.gov.
- Required Documents: Technical Questionnaire, Past Performance Questionnaires (up to 3 projects completed within 5 years), and a completed Pricing Schedule for all base and option year line items.
- Evaluation Factors: Price, Technical Capability, and Past Performance. Award will be made to the responsible offeror whose proposal is most advantageous to the Government.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI).
- Amendments: Acknowledge receipt of Amendments 0001 and 0002. Amendment 0002 provides details on container types and sizes, and revises the Service Contract Act Wage Determination.
Important Notes
A site visit is scheduled for April 03, 2026, at 10:00 AM ET at 5000 Glover Rd NW, Washington, DC 20015. Registration for the site visit is required. The Quality Assurance Surveillance Plan (QASP) outlines how contractor performance will be monitored against the Statement of Work. Bidders must also comply with the Service Contract Act Wage Determination. Contact: Billie Thomas, Contract Specialist, Billie_Thomas@ios.doi.gov, (406) 599-4402.