S--Solid Waste Sanitation Services for Palisades - Ro

SOL #: 140P1226Q0015Award Notice

Overview

Buyer

Interior
National Park Service
IMR INTERMOUNTAIN REGION(1200)
Denver, CO, 80225, United States

Place of Performance

Washington, DC

NAICS

Solid Waste Collection (562111)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Apr 28, 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 National Park Service (NPS), under the Department of the Interior, is soliciting quotes for Solid Waste Sanitation Services for Palisades - Rock Creek National Park in Washington, D.C. This is a 100% Total Small Business Set-Aside for a firm-fixed-price commercial contract. The requirement includes refuse collection, trash can emptying, and litter removal. Quotes are due by April 09, 2026, at 11:00 AM ET.

Scope of Work

The contractor will provide all personnel, equipment, tools, materials, vehicles, and supervision for comprehensive refuse collection and trash can emptying within designated areas of Rock Creek National Park. Key responsibilities include:

  • Scheduled collection and emptying of trash cans, with increased frequency from May through September.
  • General housekeeping around trash cans and litter removal from NPS areas and adjoining wooded areas (up to 20 feet).
  • Proper disposal of household "non-park" trash and delivery of "hazardous type" waste to the Rock Creek Maintenance Yard.
  • Compliance with all local, state, and federal regulations, including environmental and safety standards.
  • Specific requirements for vehicles (e.g., back-up alarms, revolving lights, company identification) and personnel (e.g., uniforms, OSHA-approved safety vests, minimum two-person crew per truck).
  • No subcontracting is permitted without express written approval from the Contracting Officer.

Contract Details

  • Contract Type: Firm-Fixed-Price Commercial Contract
  • Period of Performance: A base year (April 15, 2026, to April 14, 2027) with four (4) additional 12-month option periods.
  • Set-Aside: 100% Total Small Business Set-Aside (NAICS 562111).
  • Place of Performance: 3545 Williamsburg Lane NW, Washington, DC 20008, and other specified park locations.

Submission & Evaluation

  • Quotes Due: April 09, 2026, 11:00 AM ET, via email to Billie_thomas@nps.gov.
  • Questions Due: April 7, 2026, 11:00 AM ET.
  • Site Visit: A site visit was held on April 3, 2026, at 10:00 AM ET at 5000 Glover Rd NW, Washington, DC 20015. Registration was required.
  • Evaluation Factors: Award will be based on the most advantageous offer to the Government, considering price, technical capability (demonstrated via a technical questionnaire), and past performance (minimum of two questionnaires).
  • Mandatory Requirements: Offerors must be registered in SAM.gov with a Unique Entity Identifier (UEI). Acknowledge receipt of Amendments 1, 2, and 3.

Key Amendments & Attachments

  • Amendment 0003 (Latest): Provides responses to vendor questions regarding emergency overflow, unscheduled pickups, and staging/parking. Reconfirms submission deadlines and site visit details.
  • Amendment 0002: Updated solicitation details, confirmed set-aside, and provided container type/size clarification (Attachment 8).
  • Amendment 0001: Modified the Statement of Work (SOW) and included a map overlay.
  • Attachments: Include a detailed Statement of Work (SOW), Pricing Schedule (requiring pricing for all base and option year line items, including seasonal variations), Technical Questionnaire (detailing equipment, methods, and compliance), Past Performance Questionnaire (up to 3 required), Limitations on Subcontracting Report template, Quality Assurance Surveillance Plan (QASP), and Wage Determination (No. 2015-4281, Revision No. 35, updated by Amendment 3) for labor costs in DC, MD, and VA.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Award Notice
Posted: Apr 28, 2026
Version 6
Solicitation
Posted: Apr 7, 2026
View
Version 5
Solicitation
Posted: Apr 2, 2026
View
Version 4
Solicitation
Posted: Mar 31, 2026
View
Version 3
Solicitation
Posted: Mar 30, 2026
View
Version 2
Special Notice
Posted: Mar 23, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 2, 2026
View