Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
SOLICITATION NOTICE

S -- FDC HOUSTON SOLID WASTE REMOVAL SERVICES

Notice Date
8/22/2025 12:19:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
FDC HOUSTON HOUSTON TX 77052 USA
 
ZIP Code
77052
 
Solicitation Number
15B51725PR000101
 
Response Due
8/29/2025 7:00:00 AM
 
Archive Date
09/13/2025
 
Point of Contact
Daniel Cruz, Phone: 7132292145, Muhammad Khan, Phone: 71322154002503
 
E-Mail Address
dcruz-ayala@bop.gov, m2khan@bop.gov
(dcruz-ayala@bop.gov, m2khan@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Please see updated STANDARD FORM 30 (15B51725Q00000015 P00001). STATEMENT OF WORK FOR SOLID WASTE REMOVAL SERVICES GENERAL INFORMATION: The Federal Bureau of Prisons (BOP), FDC Houston, Texas intends to make a single award of an indefinite delivery/requirements type contract with firm fixed prices to a responsible contractor for the provision of Solid Waste Removal Services for the Federal Detention Center (FDC) Houston, located in Houston, Texas. The Government reserves the right to award as a single contract, therefore, each initial quote should contain the best terms from a cost or price standpoint. The base period of performance shall begin on 10/01/2025 the effective date of award through September 30, 2028, after the effective date of award, with the government's unilateral right to exercise Two (2), 12-month option periods. The General Information regarding the Federal Bureau of Prisons (BOP), its facilities, and referenced Program Statements can be located at www.bop.gov. PLACE OF PERFORMANCE: The contractor shall perform these services for the Federal Detention Center located at 1200 Texas Avenue, Houston, Texas 77002. EQUIPMENT Compactor The Contractor shall make available to the institution two (2), thirty (30) cubic yard self-contained (roll-off) closed container with a 2.3 cubic yard compactor for rental. Both of these compactors will be located at 1200 Texas Avenue, Houston, Texas 77002. Access to the dumpster area will be from Caroline Street, a one-way southbound street. The compactors will be in a secured area. Entrance to the secured area will be gained with the assistance of a staff member only. The Contractor shall provide complete trash removal services to include pick-up, haul, dump, and relocate. The container shall be standard commercial-industrial type of heavy gauge metal construction and designed for mechanized handling. The container shall be freshly painted at the start of the contract and periodically during the term of the contract to maintain a pleasant appearance. The Contractor's name and local phone number shall be prominently displayed on the container. The Contractor shall perform all maintenance, repair, and cleaning of all equipment and components associated with the compactors. POWER SUPPLY AVAILABLE: 240/480 Volt AC, as needed for compactor units. Please stipulate full electrical attachment needs in your bid. Open TOP Unit: The Contractor shall make available to the institution one (1), thirty (30) cubic yard open top construction, roll-off dumpster for rental. This container will be located at 15431 West Vantage Parkway, Houston, Texas (This address is subject to change within Houston Area). The container shall be standard commercial-industrial type of heavy gauge metal construction and designed for mechanized handling. The container shall be freshly painted at the start of the contract and periodically during the term of the contract to maintain a pleasant appearance. The Contractor's name and local phone number shall be prominently displayed on the container. The Contractor shall perform all maintenance, repair, and cleaning of all equipment and components associated with the open top unit. Contractor Vehicles: The Contractor shall use vehicles specifically designed for refuse collection and which do not permit loss of refuse. The Contractor shall have sufficient equipment for execution of this contract. SCHEDULES and PICKUP: Trash Pick-up: Trash will not be segregated prior to pick-up. The ""contents"" of the compactor including all garbage, refuse and trash inside, resting upon or in the immediate vicinity of the compactor and that which might be spilled by collectors during pick-up, shall be thoroughly and completely collected. The compactor's waste material will consist of solid and/or wet waste from food service and other departments within the institution. The pick-up schedule may be altered to meet the needs of the institution and the FDC may require additional pulls and will notify the Contractor in advance as needed. The Contractor must, upon notification of the FDC, complete the additional pulls within 24 hours. Extra pull charges will not differ from the normal contracted rate. Removal and Disposal: The trash shall be removed and disposed of outside Government premises. The disposal method shall be in accordance with Local, State and Federal Government Health and Sanitation Codes and Regulations. The disposal of waste shall be in a legally and environmentally safe manner. The contractor shall provide written documentation stating that the approved landfill meets all Federal, State, and Local city regulations. Each compactor unit will be picked up once a week, one on Tuesday and the other on Thursday, between the hours of 3:30AM and 4:45AM, (not before or after these hours). Both compactors will be located at 1200 Texas Avenue, Houston, Texas 77002. Variance of these two days is allowed, i.e. Monday and Thursday, Tuesday and Friday. Should this fall on a Holiday, the pickup day will be either the day prior or immediately following, (i.e. Monday and Friday respectfully). The open top roll-off container will be pulled once per week, on Friday. This container will be located at 15431 West Vantage Parkway, Houston, Texas. The ram compactor units of these compactor must be able to lock in the closed position to allow no human entrance to the trash storage bin area. Deodorization/Internal/External cleaning of these two dumpster units will be accomplished by the provider/contractor on a weekly basis. The procedures for pulling the self-contained units at the FDC are as follows: The driver will arrive at the pick-up area on the left hand side of Caroline Street just prior to Capitol Avenue. The truck driver will await for the arrival of a FDC Houston staff member for further direction and admittance to the dumpster area. The 30 cubic yard dumpster will be retrieved onto the respective truck, taken to the sanitary landfill area and emptied. The dumpster will be cleaned and deodorized prior to its return to FDC Houston. The empty dumpster can be returned on the same day, any time prior to 4:00PM, unless other arrangements have been made for repairs, etc. NOTE: All compactors provided by the Contractor must be in new or like new condition and be able to handle and contain the types of waste listed herein. All compactors provided shall be acceptable in condition and appearance to the Contracting Officer's Representative (COR). The units and equipment supplied by the contractor must be maintained in good working order. The contractor will ensure that the units are neat in appearance and that there are no cracks or broken parts, and the wheels are operational. The fixed equipment, installed by the Contractor, which includes the stop/start switch, hydraulic pump, reservoir, and hoses, must be maintained in a neat manner. For appearance and safety reasons there should be no hydraulic fluid leaks, frayed electrical wires or otherwise damaged equipment. In the event that the fixed equipment Installed by the contractor Is In need of repair or service It will be the responsibility of the contractor to notify the COR or his/her designee, at which time arrangements will be made for the contractor to be admitted to the Institution for the work to be done. If possible, notifications will be made at least one working day prior to the contractor entering the Institution. The Contractor must remedy problems within 24 hours after notification. Cleanliness of Collection Area: Collection stations shall be left in a neat and orderly manner. All solid waste in the vicinity of the collection area, including spillage and waste left or spilled in the area by the contractor user, shall be picked up by the Contractor, including all areas within ten (10) feet of containers. Receipts /Invoices: The Contractor shall provide copies of all weight slips and destination slips of all trash removed from FDC Houston. The receipts shall be addressed to the COR at the FDC and shall be sent with the invoice for each month. The weight slips are not a basis for payment, they are for record keeping purposes. Inclement Weather Schedule: Refuse shall be collected as scheduled during inclement weather unless specific approval to delay is requested by the Contractor and approved by the Contracting Officer. Holiday Schedule: When a scheduled collection falls on a Federal Holiday, the pick-up shall be made the following day at the regularly scheduled time at no additional cost to the Government. Contract Completion: Upon completion of this contract, all Contractor furnished equipment must be removed from the institution before the final invoice can be paid. Continuity of Services: To ensure continuity of essential services, the Contractor shall be prepared to fully commence work on the start date of the contract and should not assume that Government or previous Contractor employees will be available to guide, direct or specifically orientate each Contractor employee. Section 2.3 � Special Contract Conditions Type of Contract: The Government contemplates a single award of an indefinite delivery/requirements type contract with firm-fixed unit prices resulting from this solicitation. It is anticipated that the contract resulting from this solicitation will be awarded in September 2025 and with an anticipated effective date of award (EDOA) of October 01, 2025. On or about the EDOA, FDC Houston will issue a task order to the contractor. The resulting contract will include a base period from the effective date of award (EDOA) through October 01, 2025 from the (EDOA) with Two (2) possible 12-month option years for renewal at the unilateral discretion of the Government. Quoters are advised that the Government has the unilateral right to exercise option periods in accordance with FAR 52.217-9, ""Option to Extend the Term of the Contract.� Performance Period(s): The anticipated effective date of award (EDOA) is Sep 15, 2025. Base Period: Effective Date of Award (EDOA) through September 30, 2025 from EDOA Base Year: October 1, 2025 through September 30, 2026 Option Year 1: October 1, 2026 through September 30, 2027 Option Year 2: October 1, 2027 through September 30, 2028 Point of Acceptance: The point of acceptance for services is FDC Houston, Texas. Non-Personal Services Information: This service is a contractual arrangement and not a personnel appointment. Payment is based on the provision of an end product or the accomplishment of a specific task. The service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, contractor performance shall be monitored. The contractor shall attend all training required by the Bureau of Prisons for contract workers. The contractor will not be permitted to attend institution meetings, staff recalls or Government training sessions for institution staff. Reviews: The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of supplies rendered under this contract. All records shall be subject to review by the Contracting Officer or other representative of the BOP. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or appropriate. Such determinations may be made by the Contracting Officer or COR, whichever is appropriate. All records shall be subject to review by the Contracting Officer or other delegated representatives of the BOP. Contracting Officer Responsibility: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. Contract Administration Office (CAO): The Contracting Office at FDC Houston is assigned to be the CAO for a resultant contract. This assignment carries with it the authority to perform all normal contract administration functions as listed in FAR 42.302(a), items 1 through 71; to the extent those functions apply to this contract. This assignment also includes delegation of authority to perform functions specified in FAR 42.302(b), items 1 through 11. Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for FDC Houston with an appropriate certificate of appointment. Each task order will identify the services schedule for that period. Orders can be issued orally, by facsimile, mail, or electronic commerce methods. Task orders will take the form of an OF-347, SF-1449, or purchase card acquisition form. Contract Security/Investigative Requirements: The Contractor will not be subject to Government supervision, except for security related matters and monitoring of contract performance. The following investigative procedures may be applied and appropriate forms completed before any Contractor employees are permitted inside an institution: National Crime Information Center (NCIC) Check. OF-306 Declaration of Federal Employment FD-258 - Fingerprint Check. Law Enforcement Agency Check. Vouchering of employers. Employment Resume. Completed Contractor Pre-employment Questionnaire Release of Information. Questionnaire for Sensitive Positions (SF-85 for Low Risk, SF-85P for above low risk) Credit Check, if applicable Urinalysis, if applicable NACI Check (if applicable) Questionnaire for Sensitive Positions In addition to the above procedures, Contractor employees must agree to undergo a urinalysis test (for the detection of marijuana and other drug usage). If a test result is positive, the individual(s) shall be excluded, and the Contractor shall provide acceptable replacement personnel subject to the same security requirements. Before a quote can be considered for award, the Contractor must agree to submit to the all the above security requirements. Schedule of Required Insurance: As required by FAR 52.228-5 entitled �Insurance � Work on a Government Installation,� the Contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds of minimum amounts of insurance required as listed below: In accordance with FAR 28.307-2, (a)Workers Compensation & Employer�s Liability: The contractor shall comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor�s commercial operations it would not be practical to require this coverage. Employer�s liability coverage and of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (b) Comprehensive General Liability: $500,000 per accident on occurrence for bodily injury. This insurance shall include contractor's protective and liability (c) Automobile liability: The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Site visits will be conducted on 8/14/2025 and 8/21/2025 at 9:00am (FDC Houston - 1200 Texas, Houston TX 77002).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c674f36cad7e4747bf16ba330322a7dd/view)
 
Place of Performance
Address: Houston, TX 77002, USA
Zip Code: 77002
Country: USA
 
Record
SN07562911-F 20250824/250822230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.