Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOURCES SOUGHT

S -- Refuse Services

Notice Date
12/19/2025 10:06:43 AM
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875126RREFUSE
 
Response Due
1/26/2026 12:00:00 PM
 
Archive Date
06/30/2026
 
Point of Contact
Tabitha Haggart, Jenna Tarbania
 
E-Mail Address
tabitha.haggart@us.af.mil, jenna.tarbania@us.af.mil
(tabitha.haggart@us.af.mil, jenna.tarbania@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
CONTRACTING OFFICE ADDRESS Department of the Air Force, Air Force Materiel Command, AFRL � Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514. SPECIAL NOTICE The Air Force is seeking Small Business (SB) sources to fulfill a 5-year (Base year plus 4 Option years) contract for waste removal services. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform solid waste management at the Rome Research/DFAS installation in Rome, NY at the Newport Research Facilities in Newport, NY, and the Stockbridge Research Facilities in Oneida, NY. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. The estimated workload are included in Appendix A, and collection areas noted in Appendices B-D. See Attached draft PWS along with Attachments 1-4 for details. This is a Sources Sought Notice and is not a Request for Proposal. No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government�s use of such information. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future RFP. If adequate responses are not received, the acquisition may be solicited on an unrestricted basis. This is a sources sought for planning purposes only. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply. Though not assured or guaranteed, it is anticipated that a Request for Proposal for this requirement will be posted to the SAM website http://www.sam.gov under reference number FA875126RREFUSE. The solicitation will be conducted under NAICS code 562111 with an associated small business size standard of $47,000,000 average annual revenue. No set-aside determination has been made. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. RESPONSE PROCEDURE Prime contractors who are 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, or SB concerns and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EST, 26 January 2026: (1) A positive statement of intent to submit a proposal for this solicitation as a prime contractor. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for; (2) Dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); (3) Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include such information as contract requirements, contract amounts, performance periods, and points of contact. (4) Description of prime contractor�s Safety and Quality Control methodologies. This should be general and not exceed two (2) pages in length. Ensure both Safety and Quality Control are addressed. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns. Failure to submit all information requested may result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Tabitha Haggart (tabitha.haggart@us.af.mil) with an email copy to Jenna Tarbania, (jenna.tarbania@us.af.mil). Point of Contact: Tabitha Haggart Contract Specialist, Email: Tabitha.Haggart@us.af.mil NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8da3c6d393a94e8186c402c7911cd758/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN07671708-F 20251221/251219230035 (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.