GARBAGE COLLECTION AND DISPOSAL SERVICES FOR U.S. EMBASSY PHILIPPINES
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 U.S. Embassy in the Philippines is soliciting quotations for Garbage Collection and Disposal Services under Request for Quotations (RFQ) number 19RP3826Q0018. This is a firm-fixed-price contract to ensure efficient waste management for the Embassy facilities. Proposals are due January 30, 2026, by 4:00 p.m. (Philippine time).
Scope of Work
The contractor will provide comprehensive garbage collection, hauling, and disposal services. This includes:
- Standard Services: Routine collection within specified Embassy buildings and spaces.
- Construction and Other Debris: Hauling and disposal of various debris types.
- Temporary Additional Services: Available upon written request from the Contracting Officer's Representative (COR).
- Compliance: Adherence to the Philippine waste segregation program and RA9003 Ecological Solid Waste Management Act of 2000.
- Resources: Provision of qualified personnel, vehicles, equipment, and supervision.
- Maintenance: Upkeep of collection points and surrounding areas.
- Reporting: Submission of a Quality Control Plan, Safety Plan, and Waste Management Monthly Report.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A 12-month base period from the Notice of Award, with four (4) one-year options and one (1) six-month option to renew at the U.S. Government's discretion.
- Pricing: Firm Fixed Price, not subject to escalation. U.S. firms will be paid in USD, while foreign firms will be paid in local currency. Value Added Tax (VAT) is not applicable.
- Set-Aside: Unrestricted.
Submission Requirements
Quotations must be submitted electronically to ManilaContracting@state.gov by the due date. Submissions must be in two separate file folders (Volume 1 and Volume 2), with each email not exceeding 10MB. Required documents include:
- Completed SF-1449 (specifically blocks 12, 17, 19-24, 30).
- Section 1, Pricing.
- Section 5, Representations and Certifications.
- Additional information as required in Section 3.
- Proof of SAM (System for Award Management) registration. Failure to register may deem the offeror non-responsible.
Key Dates & Events
- Pre-Quotation Conference & Mandatory Site Visit: Held on January 12, 2026, at 8:00 a.m. (Philippine time) at the NOX 2 Building, Chancery Compound, Roxas Boulevard, Ermita, Manila. Attendance was mandatory for proposal acceptance; failure to attend will result in proposal rejection.
- Access Clearance Request Deadline: January 5, 2026, 4:00 p.m. (Philippine time) for the site visit (limit two representatives).
- Questions Due: January 16, 2026, 4:00 p.m. (Philippine time). Answers will be provided via amendment or posted on SAM.gov.
- Quotation Due Date: January 30, 2026, no later than 4:00 p.m. (Philippine time).
Evaluation Criteria
Award will be made to the lowest priced, technically acceptable, responsible contractor. Technical acceptability is based on compliance with RFQ terms and mandatory site visit attendance. The government intends to award based on initial quotations but may hold discussions if necessary.
Important Notes
Offerors should regularly check SAM.gov and the U.S. Embassy website for updates. Numerous FAR and DOSAR clauses are incorporated by reference, including those related to Combating Trafficking in Persons and the prohibition on certain telecommunications equipment (NDAA 889).