Refuse Collection Service in Support of U.S. Army Reserve Center in Weirton, WV
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 Department of the Army, specifically the 99th Readiness Division, is soliciting proposals for Refuse Collection and Recycling Services at the PFC Anthony F. Eafrati U.S. Army Reserve Center in Weirton, WV. This is a 100% Small Business Set-Aside for a Firm Fixed Price (FFP) contract. The requirement is a follow-on effort, with the previous incumbent being MASELODYLES TECHNOLOGY HOLDINGS LLC. Proposals are due Monday, April 20, 2026, by 12:00 PM EDT.
Scope of Work
The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation, and fuel necessary for comprehensive refuse collection and recycling services. This includes providing government-approved, fire-resistant, waterproof, rodent-proof 8 cubic yard dumpsters, serviced twice per month per line item. Services must adhere to all local, state, and federal regulations, including EPA and RCRA. Hazardous and special waste, as defined by RCRA, are explicitly excluded from this contract. The contractor is responsible for establishing vehicle routes and collection schedules, subject to Government approval, and for the off-site disposal of all solid waste at a licensed facility, covering all associated fees.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: One (1) 12-month base period and four (4) 12-month option periods, not exceeding 60 months total.
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- Response Due Date: Monday, April 20, 2026, 12:00 PM EDT
- Questions Due Date: Monday, April 13, 2026, 12:00 PM EDT
- Site Visit Dates: Tuesday, April 7, 2026, and Thursday, April 9, 2026, from 9:00 AM to 10:00 AM EDT. Requests must be emailed to Randy Baker, Mitchell Douglas, and Jasmyne Peterson.
Evaluation & Submission
Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, based on the lowest total aggregate price. Offerors must be registered in SAM.gov. Quotes shall be submitted via email to Mitchell Douglas (Contract Specialist) and Jasmyne Peterson (Contracting Officer). Submissions must include a signed SF1449 (blocks 12, 17, 30a-c), CAGE Code, UEI, TIN, small business preference, pricing for each CLIN (Quantity * Unit Price = Amount), a valid Certificate of Insurance, and completed fill-ins for all applicable provisions and clauses. Offers must remain valid for 120 calendar days.
Special Requirements & Notes
Contractor personnel must be capable, English-speaking, and subject to security checks. A contractor representative must be onsite during normal duty hours (Monday-Friday, 8:00 AM - 4:30 PM, excluding Federal Holidays). Required training includes AT Level I, iWATCH, and OPSEC. The Service Contract Act (SCA) Wage Determination No. 2015-4359, Revision 32, dated December 3, 2025, applies, specifying minimum wage rates and fringe benefits for employees in Brooke and Hancock counties, WV. This includes health & welfare, vacation, and holiday benefits.