SOLICITATION NOTICE
S -- TSA Logistics Center - Solid Waste Disposal
- Notice Date
- 9/12/2025 12:36:01 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- WORKFORCE & ENTERPRISE OPERATIONS Springfield VA 20598 USA
- ZIP Code
- 20598
- Solicitation Number
- 70T01025Q7668D007
- Response Due
- 9/16/2025 9:00:00 AM
- Archive Date
- 10/01/2025
- Point of Contact
- Michael A Capovilla, Robert Farrell
- E-Mail Address
-
michael.capovilla@tsa.dhs.gov, robert.farrell@tsa.dhs.gov
(michael.capovilla@tsa.dhs.gov, robert.farrell@tsa.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- UPATED (9/12/2025): Amendment A00002 is hereby issued against RFQ No. 70T01025Q7668D007 to correct the Schedule of Services identifed herein to include two (2) additional option periods. All changes are denoted in bold and italic font. All other terms and conditions of the solicitation remain unchanged and in full force and effect. UPDATED (9/11/2025): Amendment A00001 is hereby issued against RFQ No. 70T01025Q7668D007 to provide responses to questions from industry partners, update the requirements, and extend the due date and time for the submission of quotes. Responses to questions may be found in Attachment 4. The solicitation has been amended and all changes are denoted in bold and italic font. Please note the requirements have been updated to specify that RE-OCCURING garbage pickup is required at the TSA Logistics Center located in Springfield, VA and a ONE-TIME pickup is required at the Transportation Security Integration Facility (TSIF) located at Ronald Reagan Washington National Airport (DCA). Please read the amended solicitation herein carefully for updates. Please also note that Attachment 2 - Quote Submission Form has been updated to incorporate the additional pickup requirement. Failure to submit the updated copy of Attachment 2 - Quote Submission Form may result in your quote being removed from further consideration. TSA thanks industry partners for their interest and engagement during this process. COMBINED SYNOPSIS AND SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation for this contracting opportunity with TSA is detailed herein. The incorporated provisions and clauses are those in effect thought Federal Acquisition Circular 2025-05. This combined synopsis/solicitation, Request for Quote (RFQ) No. 70T01025Q7668D007, is to notify contractors that the government intends to issue one (1) Firm Fixed Price (FFP) purchase order for dumpster and disposal services in support of TSA occupied leased spaces at The TSA Logistics Warehouse (VA-TSALC) in accordance with FAR Subpart 13.106, under the simplified acquisition procedures. This procurement is set aside for eligible Small Businesses. The applicable NAICS code is 562111 Solid Waste Disposal with a small business size standard of $41.5 million. The Product Service Code (PSC) is anticipated to be S205 Housekeeping � Trash/Garbage Collection. Prospective Quoters are responsible for downloading the solicitation and any amendments. It is the Quoter�s responsibility to monitor SAM.gov for the release of any amendments to this solicitation. Preparation and Evaluation of Quotes: FAR Provision 52.212-1 �Instructions to Offerors - Commercial Products and Commercial Services� (Sep 2023), applies to this procurement and the following addenda is provided: (b) Submission of offers. Quoters interested in this contracting opportunity must complete, sign, and submit Attachment 1 � Quote Submission Form in a Microsoft Office 2016 or Adobe PDF compatible document to the Contract Specialist and Contracting Officer via electronic mail. The due date and time to submit questions and quotes are specified below: Interested Quoters may submit questions no later than 12:00 PM local Washington, DC time, on Monday, 9/10/2025 to michael.capovilla@tsa.dhs.gov and robert.farrell@tsa.dhs.gov. Quotes are due via electronic mail no later than 12:00 PM local Washington DC time, on Tuesday, 9/16/2025 to michael.capovilla@tsa.dhs.gov and robert.farrell@tsa.dhs.gov. (c) Period for acceptance of offers. The Quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes unless another time period is specified in an addendum to the solicitation. (d) Reserved. (e) Reserved. FAR Provision 52.212-2 �Evaluation-Commercial Products and Commercial Services� (Nov 2021), applies to this procurement and the following addenda is provided: (a) The Government will award a purchase order resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A Quoter must also be found responsible by the Contracting Officer prior to the award of any resultant purchase order pursuant to FAR Subpart 9.1 � Responsible Prospective Contractors. The Government will make an award for this solicitation based on lowest price technically acceptable (LPTA). Technical tradeoffs will not be made, and no additional credit will be given for exceeding acceptability. A technical evaluation (i.e. Factors 1 and 2) will be performed only on the lowest price quote (Factor 3). If the lowest price quote is determined technically acceptable, the evaluation will be complete, and award will be made to that Quoter. If the lowest price quote is determined technically unacceptable, the Government will perform a technical evaluation on the next lowest price quote and so on until a technically acceptable quote is established. Award will be made to the Quoter with the lowest evaluated price and evaluated as technically acceptable. The Government intends to evaluate and award a purchase order based on initial submissions without exchanges with Quoters but reserves the right to enter into exchanges. A submission in response to the solicitation must contain the Quoter�s best terms from a price standpoint. The Government reserves the right to award one or no purchase order at all. Quotes will be evaluated as follows: Factor 1 � Technical Approach Technical approach will be rated as either �Technically Acceptable� or �Technically Unacceptable� and will be evaluated as follows: To be determined technically acceptable, the Quoter shall confirm in RFQ Attachment 2 � Quote Submission Form the following technical statements: (1) All requirements of the Statement of Work (SOW) will be met. (2) I understand that the Statement of Work (SOW) requires a thirty (30) cubic yard dumpster (no larger nor smaller) and will comply with this requirement. (3) I understand that the Statement of Work (SOW) requires a trash removal and disposal twice per month at the TSA Logistics Center in Springfield, VA and will comply with this requirement. (4) I understand that the Statement of Work (SOW) requires a one-time trash removal and disposal at the Transportation Security Integration Facility (TSIF) at Ronald Reagan Washington National Airport (DCA) and will comply with this requirement. (5) I understand that the Statement of Work (SOW) requires the ability to accommodate over tonnage situations and will comply with this requirement. (6) I agree to comply with the prevailing Department of Labor Wage Determination (See RFQ Attachment 1 Wage Determination 2015-4281 Rev. 34). (7) I agree to comply with FAR 52.222-62 �Paid Sick Leave Under Executive Order 13706�. To be eligible for award the technical quotation must be evaluated as �Technically Acceptable�. Factor 2 - Price The quoted prices will be evaluated on the basis of the Total Evaluated Price of the quote, calculated by adding together the quoted prices for each Line Item (to include option periods) identified in Attachment 2 � Quote Submission Form. The Government intends to evaluate that the total price is fair and reasonable based on competition, but reserves the right to use other price analysis techniques prescribed by the FAR. The Total Evaluated Price for each Quote will be compared to all other Quotes to determine the apparent lowest-priced quotation and will not receive an adjectival rating. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise those options. To account for the option periods possible under FAR 52.217-8 (maximum of six months), the Government will evaluate the option to extend services by adding six months of the Quoter�s final option period price to the Quoter�s total price. This amount will be the total evaluated price. The Government may choose to exercise the Option to Extend Services at the end of any performance period (base or option periods). Prices for the base and option periods, including the 6-month option available under FAR 52.217-8, will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the solicitation and as proposed in the technical submission. The price for the effort associated with FAR 52.217-8 will not be included in the total awarded value at purchase order award. If, at the end of the period of performance (the end of the base period or any option period) and within the time period established in the clause, the Government chooses to exercise this option, the pricing will be pursuant to the rates specified in the contract for the preceding performance period. Quoters shall not provide pricing for labor under FAR 52.217-8 �Option to Extend Services� in their proposals. Schedule of Services: CLIN 0001 Dumpster and Disposal Services for TSA Leased Spaces at the TSA Logistics Warehouse (VA-TSALC). Deliverables: Tonnage Report Period of Performance (POP): 09/26/2025 � 09/25/2026 (12-months) Monthly: $___________ Total Price: $___________ CLIN 0002 Excess Materials Pickup and Disposal at the Transportation Security Integration Facility (TSIF). One time project. Deliverables: Tonnage Report Period of performance (POP): 09/26/2025 � 11/25/2025 (2-months) Total Price: $___________ CLIN 1001 Dumpster and Disposal Services for TSA Leased Spaces at the TSA Logistics Warehouse (VA-TSALC). Deliverables: Tonnage Report Period of Performance (POP): 09/26/2026 � 09/25/2027 (12-months) Monthly: $___________ Total Price: $___________ CLIN 2001 Dumpster and Disposal Services for TSA Leased Spaces at the TSA Logistics Warehouse (VA-TSALC). Deliverables: Tonnage Report Period of Performance (POP): 09/26/2027 � 09/25/2028 (12-months) Monthly: $___________ Total Price: $___________ CLIN 3001 Dumpster and Disposal Services for TSA Leased Spaces at the TSA Logistics Warehouse (VA-TSALC). Deliverables: Tonnage Report Period of Performance (POP): 09/26/2028 � 09/25/2029 (12-months) Monthly: $___________ Total Price: $___________ CLIN 4001 Dumpster and Disposal Services for TSA Leased Spaces at the TSA Logistics Warehouse (VA-TSALC). Deliverables: Tonnage Report Period of Performance (POP): 09/26/2029 � 09/25/2030 (12-months) Monthly: $___________ Total Price: $___________ Statement of Work (SOW): Project A: Re-Occurring Garbage Pickup at the TSA Logistics Center (VA-TSALC) Background: TSA requires trash removal services to sustain logistical operations the TSA Logistics Center (VA-TSALC) located at 6810 Loisdale Road, Building A, Door 18, Springfield, VA 22150. Building A, Door 18 is the main address for the facility; Door 50 would be the drop location, to be coordinated with on-site staff. The facility is not airport affiliated; therefore, Airside/Landside isn�t applicable; however, the work will be performed on a secure compound. Contractor support is required for the reoccurring removal of debris and trash from the facility. Materials to be disposed of will consist of normal, non-hazardous office/warehousing dunnage. Access to a gated General Services Administration (GSA) facility will require valid identification. The dumpster area is large enough for two (2) dumpsters side by side to facilitate a dumpster swap, provided the Contractor has the capability to drop the new dumpster, pick up the full one, and reposition the new dumpster next to the loading dock. Note, the Government has not exceeded the 4-ton allotted weight, per pick-up, established under previous contracts. The average tonnage is estimated to be 1.25 tons per pickup. The Contractor will need to submit a request for equitable adjustment for any pickups that exceed the 4-ton allotted weigh per pickup. TSA works in coordination with GSA to facilitate recycling. The Contractor will not be required to support this effort. Scope: The Contractor shall provide all labor, equipment, and materials necessary to perform dumpster positioning, removal, and replacement services. Description of Work: The Contractor shall: Provide one (1) 30-yard dumpster and perform trash removal and disposal services twice (2) per month. The Contractor shall accommodate over-tonnage situations. (i.e. one pickup every two weeks). The schedule for pickups will be coordinated between the parties and is situationally dependent (e.g. inclement weather, facility lockdowns or unforeseen circumstances). Pickups shall be accomplished within the facility�s operating hours of 7:30AM � 3:00PM (M-F) with Federal Holidays being an exception. Perform all work in strict accordance with applicable federal, state and local codes and ordinances. Over-tonnage situation shall be considered as overweight on a single pick-up. Remove all equipment, materials, and vehicles from the work site at the end of each service call. The Government will not provide any storage at the work site. This pertains to any additional equipment or materials outside that of a dumpster, i.e. chains, ropes, covers, dollies, or any other item to facilitate dumpster removal/positioning. Unless specifically requested, the container (Dumpster) shall remain in position until the next scheduled pick-up. Maintain all the required permits and insurance to operate trash removal equipment, machines and tools in Fairfax County, VA. The driver must be certified by the Department of Transportation (if applicable) for the vehicle being driven. Otherwise, no other special training is required. Perform all work in strict accordance with the highest safety standards and applicable codes in order to eliminate the possibility of damage to other areas of the building including, but not limited to, the building structure. Coordinate all work with on-site Government personnel and/or designated representatives; The Contractor shall provide a monthly disposal (tonnage) report (Deliverable #1) to the Facility Manager and Contracting Officer via electronic mail. This report shall include a summary of all disposal actions performed. Project B: One-Time Garbage Pickup at the Transportation Security Integration Facility (TSIF) Background: TSA requires trash removal services to support logistical operations the Transportation Security Logistics Center (TSIF) located at Ronald Reagan Washington National Airport (DCA). Access to the facility must be coordinated with on-site staff. The facility is located landside off airport property in a secure compound. Contractor support is required for the one-time removal of debris and trash from the facility. Materials to be disposed of will consist of normal, non-hazardous office/warehousing dunnage (primarily wood, metal, and textiles). Access to the facility will require valid identification. Site photos are attached (See Attachment 3). The Government does not plan to conduct a site visit. There are approximately 12-pallets of material or approximately 1.5 tons. Scope: The Contractor shall provide all labor, equipment, and materials necessary to perform garbage removal services. Description of Work: The Contractor shall: Pickup and dispose of the excess materials identified herein and in the site photos (see Attachment 3). Pickup shall be accomplished within the facility�s operating hours of 7:30AM � 3:00PM (M-F) with Federal Holidays being an exception. Perform all work in strict accordance with applicable federal, state and local codes and ordinances. Remove all equipment, materials, and vehicles from the work site at the end of the project. The Government will not provide any storage at the work site. This pertains to any additional equipment or materials outside that of a dumpster, i.e. chains, ropes, covers, dollies, or any other item to facilitate garbage removal. Maintain all the required permits and insurance to operate trash removal equipment, machines and tools in Arlington County, VA. The driver must be certified by the Department of Transportation (if applicable) for the vehicle being driven. Otherwise, no other special training is required. Perform all work in strict accordance with the highest safety standards and applicable codes in order to eliminate the possibility of damage to other areas of the building including, but not limited to, the building structure. Coordinate all work with on-site Government personnel and/or designated representatives; The Contractor shall provide a disposal (tonnage) report and certificate of disposal (Deliverable #1) to the Facility Manager and Contracting Officer via electronic mail. This report shall include a summary of all disposal actions performed. Solicitation Terms and Conditions: FAR Clause 52.212-4, �Contract Terms and Conditions-Commercial Products and Commercial Services� (Nov 2023), applies to this procurement and no addenda are attached. FAR Clause 52.212-5, �Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services� (Jan 2025) applies to this procurement and following clauses are selected: FAR 52.203-17, FAR 52.204-10, FAR 52.204-27, FAR 52.209-6, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.222-54, FAR 52.225-13, FAR 52.226-8, FAR 52.232-33, FAR 52.222-41, FAR 52.222-42, FAR 52.222-43, FAR 52.222-55, and FAR 52.222-62. The following clauses also apply to this procurement (incorporated by reference. Full text may be found at https://www.acquisition.gov/browse/index/far): FAR Clause 52.217-8 �Option to Extend Services� (NOV 1999) FAR Clause 52.217-9 �Option to Extend the Term of the Contract� (MAR 2000) FAR Clause 52.237-3 Continuity of Services (JAN 1991) FAR Clause 52.242-15 Stop Work Order (AUG 1989) HSAR 3052.212-70 �Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items� (July 2023) applies to this procurement and the following clauses are selected: 3052.204-71, 3052.205-70, 3052.228-70, and 3052.242-72. Full text of these clauses may be found at HSAR | Homeland Security (dhs.gov) Attachments: Attachment 1: WD 2015-4281 Rev 34 Attachment 2: Quote Submission Form (Updated) Attachment 3: TSIF Waste Materials - Site Photos Attachment 4: TSA Responses to Industry Questions 9.11.202
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/46ef8387df0b4d14a4f843d2fa633ccb/view)
- Place of Performance
- Address: Springfield, VA 22150, USA
- Zip Code: 22150
- Country: USA
- Zip Code: 22150
- Record
- SN07588883-F 20250914/250912230042 (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 |