Professional Services for Infrastructure Grant Application and Project Execution
Agency: West Baton Rouge Parish School Board [LA]
Location: Louisiana
NAICS: Not Provided
| Agency | Field Acquisition Office |
|---|---|
| Deadline | 05/22/26 |
| Posted | 05/04/26 |
| Estimated Value | $777,480 (value based on agency estimated range) |
| Set Aside | SBA |
| NAICS | 562111 - Solid Waste Collection |
| PSC | S205 - Housekeeping- Trash/Garbage Collection |
| Location | Pollock, LA 71467 United States |
THIS IS A NOT A NEW REQUIREMENT The most recent option year contract for Solid Waste Removal and Disposal Services at FCI Pollock was originally awarded to Ecology MIR Group, LLC., contract number 15B51921D00000105 in the amount of $777,480.00. The effective date was June 01, 2021, with an expiration date of May 31, 2026. This is a combined synopsis/solicitation for the provision of Solid Waste Removal and Disposal Services at FCI Pollock, located in Pollock, LA, prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Federal Bureau of Prisons (FBOP), Field Acquisition Office (FAO), intends to award an indefinite delivery/requirements type contract with firm-fixed unit pricing. The award will be based on price and past performance. The contract periods for the service will consist of a base year with four, 12-month option years, at the unilateral discretion of the Government. Solicitation number 15BGCS26Q00000061 is issued as a Request for Quotation (RFQ) and IS set-aside for 100% Total Small Business concerns. The North American Industrial Classification (NAICS) code is 562111 with a small business size standard of $47.0 million. For all purposes of this solicitation, all quoter's SAM registration profile shall include NAICS code 562111. The solicitation document (RFQ), located in the Attachments/Links section, contains the Statement of Work (SOW), which provides a detailed description of the requirement(s) of the items/services being requested, a list of line-item number(s) with description of requested service, quantities and units of measure (including option(s), if applicable). The solicitation document incorporates most provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. Quotations shall be completed, utilizing the attached Standard Form 1449 and any additional required forms, per the quote submission instructions. Quotes shall be submitted, on or before the solicitation deadline specified in Block 8 of the Standard Form 1449, via email, to Sarah Burke at sburke@bop.gov. Section L of the solicitation document provides detailed quote submission instructions, evaluation and award methodology information and any specific documentation requirements to be submitted along with the quote. All future information concerning this acquisition, including solicitation amendments/RFQ changes, will be distributed solely through this platform. Interested parties are responsible for monitoring this site, during the entire solicitation period, to ensure you have the most up-to-date information about this acquisition. Failure to provide all quotation requirements on most up to date RFQ may result in your quote being eliminated from consideration for award. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All contractors doing business with the Federal Government are advised that this future solicitation includes the provision at FAR 52.204-7, System for Award Management (SAM). This provision requires all contractors doing business with the federal government to be registered in the SAM database for All Awards . Quoters shall include their Unique Entity Identification Number (UEI) number in their quotes. The Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award by entering the potential awardees UEI number into the SAM database. Failure to complete the registration procedures outlined in provision may result in elimination from consideration for award. If you have questions regarding the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, the APEX Accelerators program may be able to help. The APEX Accelerators was authorized by Congress in 1985 to expand the number of businesses capable of participating in government contracts. To locate a APEX Accelerator near you, go to https://www.apexaccelerators.us/#/contact Contractors must comply with FAR 52.222-54, E-Verify Requirements, by enrolling in E-Verify within 30 days of contract award and beginning verification within 90 days of enrollment.
Background The Federal Bureau of Prisons (FBOP), Field Acquisition Office (FAO), is issuing this solicitation for Solid Waste Removal and Disposal Services at the Federal Correctional Complex, Pollock, Louisiana. The contract aims to provide essential waste management services to support the operations of the facility, ensuring compliance with environmental standards and operational efficiency. The contract will be awarded based on price and past performance, with a focus on small business participation. Work Details The contractor will be responsible for providing Solid Waste Removal and Disposal Services at FCC Pollock. This includes: 1. Utilizing five (5) 25 cubic yard self-contained compactors and three (3) 40 cubic yard open top roll-off dumpsters owned by FCC Pollock. 2. Performing a minimum of two daily pulls (10 pulls per week) for compactors and one pull per month for each dumpster. 3. Ensuring cleanliness of collection areas by picking up all solid waste within ten feet of containers and cleaning containers before returning them. 4. Collecting all trash without segregation prior to pick-up, including any spillage during collection. 5. Adhering to strict security protocols regarding contractor personnel, including background checks and restrictions on personal items at the site. Period of Performance The contract will have a base year followed by four optional years, with specific performance periods defined as follows: Base Year - Effective Date of Award through 12 months; Option Year 1 - 13 months through 24 months; Option Year 2 - 25 months through 36 months; Option Year 3 - 37 months through 48 months; Option Year 4 - 49 months through 60 months. Place of Performance FCC Pollock, located at 1000 Airbase Road, Pollock, Louisiana 71467.
| Contact name | Sarah Burke |
|---|---|
| Contact email | sburke@bop.gov |
| Contact phone | None |
Agency: West Baton Rouge Parish School Board [LA]
Location: Louisiana
NAICS: Not Provided
Agency: Global Strike Command
Location: Louisiana
NAICS: 339920
Agency: Parish of Ascension [LA]
Location: Louisiana
NAICS: Not Provided
Agency: CPPJ Purchasing [LA]
Location: Louisiana
NAICS: Not Provided