Request for Proposal for Follow-On BPA for Infectious Waste and International Garbage Disposal at WPAFB
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 Air Force is seeking proposals for a Firm Fixed-Price Blanket Purchase Agreement (BPA) for Infectious Waste and International Garbage Disposal Services at Wright-Patterson Air Force Base (WPAFB), Ohio. This opportunity is a Total Small Business Set-Aside and requires proper removal, transport, treatment, and disposal in accordance with all applicable regulations. Proposals are due by June 5, 2026, at 12:30 PM EST.
Scope of Work
The contractor will be responsible for:
- Infectious Waste Disposal: Removal, transportation, treatment (incineration), and disposal of infectious waste from WPAFB Hospital (Bldg. 830), Vet Clinic (Bldg. 1425), and various other buildings in Area A and B. Routine pickups are scheduled for Tuesdays and Fridays, with other locations on an "on-call" basis.
- International Garbage Disposal: Removal, transportation, treatment (autoclaving), and disposal of international garbage from the flight-line (Bldg. 143) and Bldgs. 840 and 851 in Area A and B.
- Future Additions: Pharmaceutical, hazardous, and controlled substances may be added to the scope at a later date.
- Performance Standards: Requires 95% on-time and error-free performance for pickups, supplies, shipping papers, waste treatment/disposal, vehicle compliance, and invoices.
Contract Details
- Contract Type: Firm Fixed-Price Blanket Purchase Agreement (BPA).
- Period of Performance: July 1, 2026, to June 30, 2031.
- BPA Master Dollar Limit: $700,000.00.
- NAICS Code: 562211 (Waste Treatment and Disposal Services).
- FSC Code: 4540 (Waste and Sewage Treatment Equipment and Supplies).
- Set-Aside: 100% Total Small Business Set-Aside.
- Payment: Per-pound of waste, covering all operations, supplies, transportation, and treatment. Government Purchase Card (GPC) for calls up to $25,000.00, and up to $350,000.00 for warranted Contracting Officers. Invoices via Wide Area WorkFlow (WAWF).
Evaluation Factors
Award will be made to the responsible offeror who submits a proposal rated "Acceptable" on the Technical Capability evaluation factor and offers the Lowest Total Evaluated Price (TEP). Technical Capability and Price are considered equal in importance, with no trade-offs permitted. Proposals rated "Unacceptable" on Technical Capability will not be considered.
Technical Capability Subfactors:
- Pickup Times: Execution plan for meeting PWS requirements.
- Contractor Furnished Items and Services: Narrative on supply, management, and maintenance.
- Prior Experience: Documented evidence of similar services (transportation, treatment, disposal of infectious waste/international garbage) within the last three years.
- Treatment Facility Licenses: Submission of current, valid licenses for incineration and autoclaving.
Submission Requirements & Key Dates
- Proposal Due Date: June 5, 2026, at 12:30 PM EST.
- Submission Format: Electronic submission via email to Alisha Cvitkovich (alisha.cvitkovich@us.af.mil) and Andrew Petersen (andrew.petersen.3@us.af.mil).
- Proposal Structure: Two volumes: Technical (70-page limit) and Price & Offer Documentation (50-page limit). Pricing information must be strictly limited to the Price & Offer Documentation volume.
- Attachments: Offerors must submit a "Price List" (editable Excel file), SF 1449, signed SF 30 (if applicable), and required Provisions, Representations, Certifications. Offer validity period is 180 days.
Additional Notes
This service is designated as a Mission-Essential Function and an Essential Contractor Service, requiring continuity during crisis situations. Bidders must also adhere to the Service Contract Act Wage Determination (2015-4731 Rev 29) for Greene, Miami, and Montgomery counties, Ohio, which outlines minimum wage rates and fringe benefits.