Notice of Intent- JBSA MSWM Refuse
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.
The 502d Contracting Squadron (CONS) intends to issue a sole-source contract that supports the implementation of a second bridge action pursuant to DAFFARS 5302.101 and DAFFARS 5306.303-1-90(a). The purpose of the bridge contract is to prevent a break in service to ensure the continuing need for the requirement is met.
The 502 CONS intends to issue a non-competitive award to the incumbent contractor: Perry Management Corporation of South Dakota LLC (CAGE Code: 1M7R0). The anticipated period of performance is from 01 February 2026 to 31 March 2026.
The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform base-wide services for municipal solid waste collection/ disposal, which will include asbestos disposal service specific to Joint Base San Antonio (JBSA) Lackland (LAK) only. Municipal Solid Waste Management (MSWM) services at JBSA installations include Lackland, Randolph, Fort Sam Houston, Camp Bullis, Canyon Lake military recreational areas and Seguin Airfield in accordance with all local, state, and federal laws, regulations, standards, instructions, commercial practices or international agreements.
Please see attachment(s) for full details and information.