GARBAGE COLLECTION AND DISPOSAL SERVICES FOR U.S. EMBASSY PHILIPPINES
SOL #: 19RP3826Q0018Pre-Solicitation
Overview
Buyer
State
State, Department Of
U.S. EMBASSY MANILA
WASHINGTON, DC, 20520, United States
Place of Performance
Place of performance not available
NAICS
Solid Waste Collection (562111)
PSC
Trash/Garbage Collection Services Including Portable Sanitation Services (S205)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Oct 30, 2025
2
Last Updated
Jan 23, 2026
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. Department of State, U.S. Embassy Manila, is soliciting quotations for Garbage Collection and Disposal Services in the Philippines. This is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract under which firm fixed-priced task orders will be issued. The contract includes a base period of 12 months with four one-year options and one six-month option. Quotations are due by February 11, 2026, at 4:00 p.m. (Philippine time).
Scope of Work
The contractor will provide comprehensive garbage collection and disposal services for the U.S. Embassy in the Philippines. This includes:
- Routine garbage/trash collection, hauling, and disposal within specified embassy buildings and spaces.
- Hauling of construction and other debris.
- Temporary additional services as requested by the Contracting Officer's Representative (COR).
- Compliance with the Philippine waste segregation program (RA9003 Ecological Solid Waste Management Act of 2000).
- Provision of qualified personnel, vehicles, equipment, and supervision.
- Maintenance of collection points and surrounding areas.
- Disposal of excess garbage/trash from holidays or typhoons at no additional cost.
- Submission of a Quality Control Plan, Safety Plan, and Waste Management Monthly Report.
Contract Details
- Contract Type: Indefinite-Delivery, Indefinite-Quantity (IDIQ) with Firm Fixed-Price Task Orders.
- Duration: 12-month base period, plus four (4) one-year options and one (1) six-month option.
- Set-Aside: Unrestricted.
- Product Service Code: S205 (Trash/Garbage Collection Services).
- Place of Performance: U.S. Embassy in the Philippines.
- VAT: Not applicable due to the U.S. Embassy's tax exemption.
Submission & Evaluation
- Quotation Due Date: February 11, 2026, no later than 4:00 p.m. (Philippine time).
- Submission Instructions: Electronically to ManilaContracting@state.gov in two separate file folders (Volume 1 and Volume 2). Each email/file must not exceed 10MB. Proposals must be in English.
- Required Documents: SF-1449, Section 1 (Pricing), Section 5 (Representations and Certifications), additional information as required in Section 3, and proof of SAM registration. Offerors must be registered in SAM prior to submission.
- Evaluation Factors: Award will be made to the lowest priced, technically acceptable, responsible contractor. Evaluation includes compliance review, price evaluation, technical acceptability, and responsibility determination.
- Pre-Quotation Conference/Site Visit: A mandatory pre-quotation conference and site visit was held on January 12, 2026. However, no companies attended.
Key Updates & Notes
- Amendment 001 extended the quotation deadline to February 11, 2026, and clarified the contract as an IDIQ with FFP task orders. It also added Attachments 4 (Photos for attendees) and 5 (OF-347).
- Questions and Answers clarified that the previous contract expired, an incumbent is providing services, and the U.S. Government's cost estimate is not releasable. It also noted that past performance with similar services for the U.S. government in Africa may be considered.
- Proof of insurance is required from the successful offeror prior to award.
- Offerors are responsible for determining appropriate crew composition and staffing levels.
People
Points of Contact
Jewela S. AcuzarPRIMARY
Michael WarrenSECONDARY
Files
Files
No files attached to this opportunity