Municipal Solid Waste Management

The Department of the Air Force, Air Education and Training Command, 502nd Air Base Wing has a continuing requirement for solid waste collection at Joint Base San Antonio including Lackland, Randolph, Ft Sam Houston, Camp Bullis, Canyon Lake Recreation Area, and Seguin Auxiliary Airfield.

Solicitation Summary

The Department of the Air Force, Air Education and Training Command, 502nd Air Base Wing has a continuing requirement for solid waste collection at Joint Base San Antonio including Lackland, Randolph, Ft Sam Houston, Camp Bullis, Canyon Lake Recreation Area, and Seguin Auxiliary Airfield.

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Air Education and Training Command, 502nd Air Base Wing
Solicitation Number FA301625R0002
Status Post-RFP
Solicitation Date 03/04/2025
Award Date 07/2025 (Estimate)
Contract Ceiling Value $32,192,000
Competition Type  Small Bus Set-Aside
Type of Award  IDIQ – Agency Specific
Primary Requirement  Environment & Conservation Services
Duration  5 month(s) base plus 4 x 1 year(s) option(s)
Contract Type  Firm Fixed Price,Indefinite Delivery Indefinite Quantity
No. of Expected Awards N/A
NAICS Code(s):
562111

Solid Waste Collection
Size Standard: $47.0 million annual receipts

Place of Performance:
  • Canyon Lake, Texas, United States
    • Canyon Lake Recreation Area
  • Lackland Air Force Base, Texas, United States
  • San Antonio, Texas, United States
    • Camp Bullis
  • Seguin, Texas, United States
    • Seguin Auxiliary Airfield
  • Fort Sam Houston, Texas, United States
  • Randolph Air Force Base, Texas, United States
Opportunity Website: https://sam.gov/opp/52af381804cd4831be3c9b12b9189736/view

Background

N/A

Requirements

  • The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform installation-wide Municipal Solid Waste (MSW) collection/disposal to include asbestos disposal service to Joint Base San Antonio (JBSA)
  • Municipal Solid Waste and asbestos collection/disposal services at JBSA installations include Lackland (LAK), Randolph (RND), Fort Sam Houston (FSH), Camp Bullis (CB), Canyon Lake military recreational areas and Seguin Airfield in accordance with all local, state, and federal laws, regulations, standards, instructions, commercial practices or international agreements. Estimated workloads are in Appendix A, Table A-1 and collection areas are in Appendix A, Tables A-2-1 through A-2-5, A-3-1 through A-3-3, A-4, and A-5-1 through A-5-2.
  • Collection Requirements
    • Municipal Solid Waste
    • Food Waste Containers
    • Public/Common Use MSW Receptacles
    • Green waste
    • Asbestos Disposal (LAK only)
  • Camp Bullis (CB) Water/Waste Treatment Plant (WWTP) Rag Waste
  • Over and Above Requirements/On-Calls
    • Unscheduled Pickup and Special Events
    • Additional Pickups
    • Construction and Demolition Debris (C&D)
  • Relocation and/or Moving of Containers
  • Inclement Weather Schedule
  • Route Parameters
  • Points of Collection
  • Cubic Yard Capacity
  • Government-Approved Containers
  • Weighing of Vehicles
  • Disposal
  • Equipment Maintenance/ Repair
  • Reports and Records
  • Contractor Changeover

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.