Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2026 SAM #8844
SOURCES SOUGHT

S -- Facility Investment Services for Refuse Collection and Disposal, Norfolk, VA

Notice Date
2/10/2026 7:48:06 AM
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008526R0075
 
Response Due
2/24/2026 11:00:00 AM
 
Archive Date
03/11/2026
 
Point of Contact
Jacob Busila, Phone: 7573410558, NATHAN WHYBREW, Phone: 7573410660
 
E-Mail Address
jacob.a.busila.civ@us.navy.mil, nathan.b.whybrew.civ@us.navy.mil
(jacob.a.busila.civ@us.navy.mil, nathan.b.whybrew.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform disposal and recycling of all refuse collected at Naval Station Norfolk and Naval Installations in the Hampton Roads Area of Responsibility (AOR). General Work Requirements: The Government intends to deliver to the Disposal Contractor about 15,000 tons +/- of solid waste per year from the Norfolk Naval Station. That waste will be transported in Government Owned or leased vehicles, by Government employees. The Government will pay the per ton tipping fee for all solid waste Delivered from the Norfolk Naval Station. The Disposal Contractor can expect an additional 25,000 tons +/- of solid waste to be delivered from a Government Contracted Waste Hauler. That waste will originate from the remainder of the Government Facilities in the Tidewater Area. The Disposal Contractor Shall offer the same per ton tipping fee to the Government Contracted Waste Hauler, that the Government pays for waste delivered from the Norfolk Naval Station. This rate shall apply only to any private waste that the Government Contracted Waste Hauler may deliver under private contracts from private sources. The Government Contracted Waste Hauler will be responsible for paying the government rate tipping fee to the Disposal Contractor for all waste originating from Government Facilities. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 562212, size standard $47million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: Refuse/Trash Disposal Service Contract with a yearly value of at least $550,000 for recurring services. If an Offeror intends to submit work completed/issued off an Indefinite Quantity/Indefinite Delivery (IDIQ) contract as a qualifying Project, the Offeror is limited to submitting the IDIQ contract itself. The board will not consider or evaluate any task orders whether submitted individually or collectively. Scope: Offeror must have provided all labor, management, supervision, tools, materials, equipment to provide refuse/trash disposal and recycling and other services as defined in the RFP. Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installation and supporting annexes. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to jacob.a.busila.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Time on 24 February 2026. Questions regarding this sources sought notice may be emailed to Jacob Busila jacob.a.busila.civ@us.navy.mil or via telephone at (757) 341-0558.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ec981b8140f149ad89a31c28ed0363fe/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07712099-F 20260212/260210230051 (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!  © 1994-2026, Loren Data Corp.