S--Solid Waste Collection Sanitation Services for Palisades - Rock Creek, DC
SOL #: 140P1226Q0015Special Notice
Overview
Buyer
Interior
National Park Service
IMR NORTHERN ROCKIES(12200)
YELWSTN NL PK, WY, 82190, United States
Place of Performance
Washington, DC
NAICS
Solid Waste Collection (562111)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 2, 2026
2
Last Updated
Apr 2, 2026
3
Action Date
Apr 7, 2026, 3:00 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 National Park Service (NPS), under the Department of the Interior, is seeking Solid Waste Collection Sanitation Services for Palisades - Rock Creek National Park, Washington, DC. This opportunity is a Request for Quote (RFQ) for a firm-fixed-price service contract, set aside 100% for Total Small Business. Quotes are due by April 7, 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 Rock Creek National Park. Key responsibilities include:
- Refuse Collection: Emptying all trash containers completely within scheduled timeframes, using new clear PVC liners.
- Site Maintenance: Performing general housekeeping duties around trash cans and removing litter within 20 feet of open NPS and adjoining wooded areas.
- Waste Disposal: Disposing of household "non-park" trash at the Rock Creek Maintenance Yard and placing "hazardous type" waste in a designated holding area for Park disposal.
- Operational Specifics: More frequent services are required from May through September due to higher visitation. Contractor vehicles are not permitted inside Montrose Park, Rose Park, or Meridian Hill Park; trash must be collected and brought to the edge of these parks for pick-up.
- Reporting: Reporting any damaged or vandalized trash cans needing repair or replacement.
Performance Standards & Requirements
- Compliance: Adherence to all traffic laws, local, state, and federal regulations, including environmental regulations for solid waste handling.
- Inclement Weather: Refuse collection must continue unless authorized exceptions. Missed collections due to severe weather must be made up within 24 hours. High winds (over 75 mph) require delaying collection until winds decrease below 30 mph, with make-up by 10:00 AM the next duty day.
- Personnel & Vehicles: Employees must wear matching uniforms with company logo, OSHA-approved fluorescent safety vests, and possess current licenses. Vehicles must meet state regulations, be in good operable condition, and equipped with a back-up alarm, revolving light, and slow-moving vehicle symbol. Each trash truck must have a minimum crew of two and a "Sharps" container.
- Safety & Quality: Contractors must submit an approved safety plan and develop a quality control program.
- Subcontracting: No subcontracting is permitted without express written approval from the Contracting Officer.
Contract Details
- Contract Type: Firm-fixed-price service contract.
- Period of Performance: One base year from the date of award, with an option for four additional 12-month periods (anticipated base period: April 1, 2026 – March 31, 2027, with options extending to March 31, 2031).
- Work Hours: Monday-Friday, 6:30 AM - 3:00 PM. Saturday-Sunday, 12:00 PM until completion (May through September). Federal Holidays are considered work days during May-September.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 562111 (Landscaping/Groundskeeping Services, with a small business size standard of $47 Million).
Submission & Contact
- Eligibility: Offerors must have a Unique Entity Identifier (UEI) and be registered and active in the System for Award Management (SAM.gov) to be eligible for award.
- Invoicing: Invoices must include a COR-signed acceptance report and copies of the work log, submitted through the Internet Payment Platform (IPP) System.
- Response Due: April 7, 2026, 11:00 AM ET.
- Point of Contact: Billie Thomas, Contract Specialist, billie_thomas@ios.doi.gov, (406) 599-4402.
People
Points of Contact
Thomas, BilliePRIMARY