Facility Investment Services for Refuse Collection and Disposal, Norfolk, VA
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 Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic is conducting market research through a Sources Sought Notice to identify qualified small businesses for Facility Investment Services for Refuse Collection and Disposal in Norfolk, VA and the broader Hampton Roads Area of Responsibility (AOR). This is for a potential Indefinite Delivery/Indefinite Quantity (IDIQ) contract for recurring services. Responses are due by 2:00 PM ET on February 24, 2026.
Scope of Work
The anticipated IDIQ contract will require the contractor to provide all labor, management, supervision, tools, material, and equipment for the disposal and recycling of refuse. This includes:
- Receiving approximately 15,000 tons of solid waste annually from Naval Station Norfolk, transported by government vehicles. The government will pay a per-ton tipping fee.
- Receiving an additional 25,000 tons of solid waste annually from a Government Contracted Waste Hauler, originating from other Tidewater Area government facilities. The contractor must offer the same per-ton tipping fee for this waste.
- The contractor may also receive private waste from the Government Contracted Waste Hauler, for which the same government rate tipping fee will apply.
Contract Details
- Type: Sources Sought (market research for a potential IDIQ)
- Anticipated Contract Term: Not to exceed 60 months (including options)
- NAICS Code: 562212 (Size Standard: $47 million)
- Minimum Project Value: Examples of projects with a yearly value of at least $550,000 for recurring services are requested.
- Set-Aside: The government is seeking responses from Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses. A set-aside acquisition will be determined based on industry responses.
Submission Requirements
Interested parties should submit a capabilities package, not exceeding 5 pages, addressing:
- Project Examples: Within the last five years, similar in size (yearly value >= $550,000), scope (full refuse/recycling services), and complexity (simultaneous support for multiple customers/installations). Include prime/subcontractor role, contract value, description, and government POC.
- Company Profile: Number of offices/employees, annual receipts, office locations, bonding capacity, and CAGE Code.
- Small Business Status: Indicate all applicable small business designations.
- Geographic Capability: Identify the area where your firm can operate efficiently and economically within the AOR.
Key Deadlines & Contact
- Response Due: 2:00 PM Eastern Time on February 24, 2026
- Submission Method: Electronic submission via email to jacob.a.busila.civ@us.navy.mil
- Contact: Jacob Busila (jacob.a.busila.civ@us.navy.mil, 757-341-0558)
Additional Notes
This is a market research tool only and not a request for proposal. No contract will be awarded from this notice, and no solicitation, specifications, or drawings are available at this time. The government will not pay for information solicited, and respondents will not be notified of evaluation results.