Skip to content
Department of Defense

DAFB Integrated Solid Waste Management

Solicitation: DAFB_Integrated_Solid_Waste_Management
Notice ID: 1702f35dc6e3420494100cccc6e431ab
TypeSources SoughtNAICS 562111PSCS205Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateDEPostedMar 10, 2026, 12:00 AM UTCDueMar 24, 2026, 07:00 PM UTCCloses in 14 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: DE. Response deadline: Mar 24, 2026. Industry: NAICS 562111 • PSC S205.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: DAFB_INTEGRATED_SOLID_WASTE_MANAGEMENT. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 562111 (last 12 months), benchmarked to sector 56.

12-month awarded value
$71,513,809
Sector total $1,390,027,899 • Share 5.1%
Live
Median
$826,098
P10–P90
$59,130$21,793,177
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
5.1%
share
Momentum (last 3 vs prior 3 buckets)
+13832%($70,494,496)
Deal sizing
$826,098 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DE
Live POP
Place of performance
Dover AFB, Delaware • 19902 United States
State: DE
Contracting office
Dover Afb, DE • 19902-5016 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DE20260008 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Delaware • New Castle
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER Brick Refractory/Brick Placement Worker
Base $35.00Fringe $24.57
+26 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 26 more rate previews.
Davis-BaconBest fitstate match
DE20260008 (Rev 0)
Open WD
Published Jan 02, 2026Delaware • New Castle
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER Brick Refractory/Brick Placement Worker
Base $35.00Fringe $24.57
Rate
Bricklayer
Base $34.19Fringe $27.98
+25 more occupation rates in this WD
Davis-Baconstate match
DE20260006 (Rev 0)
Open WD
Published Jan 02, 2026Delaware • Sussex
Rate
POWER EQUIPMENT OPERATOR Crane
Base $45.81Fringe $31.38
Rate
Drill
Base $43.76Fringe $30.77
Rate
Pounder
Base $43.76Fringe $30.77
+18 more occupation rates in this WD
Davis-Baconstate match
DE20260010 (Rev 0)
Open WD
Published Jan 02, 2026Delaware • Kent
Rate
CARPENTER (Includes Form Work)
Base $38.27Fringe $25.34
Rate
LINE CONSTRUCTION (Lineman)
Base $65.10Fringe $29.75
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe, Crane, Forklift, and Scraper)
Base $48.73Fringe $32.23
+8 more occupation rates in this WD
Davis-Baconstate match
DE20260001 (Rev 0)
Open WD
Published Jan 02, 2026Delaware • Kent, New Castle, Sussex
Rate
CARPENTER (Excluding Drywall Hangers) NEW CASTLE COUNTY
Base $10.59Fringe $2.05
Rate
Concrete Finisher KENT AND SUSSEX COUNTIES
Base $9.69Fringe $0.00
Rate
ELECTRICIAN KENT AND SUSSEX COUNTIES
Base $10.00Fringe $0.00
+5 more occupation rates in this WD

Point of Contact

Name
Daniel Kim
Email
daniel.kim.55@us.af.mil
Phone
3026775218
Name
Jordon Bongcayao
Email
jordon.bongcayao.1@us.af.mil
Phone
3026775211

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR MOBILITY COMMAND
Office
FA4497 436 CONS LGC
Contracting Office Address
Dover Afb, DE
19902-5016 USA

More in NAICS 562111

Description

THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY.

1.  This Sources Sought (SS)/Request for Information (RFI) is issued solely for market research purposes to determine potential sources.  This notice does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), or an Invitation for Bid (IFB) and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. Respondents will not be notified of the results since this is an RFI announcement.  No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any potential future RFQ. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. The purpose of this notice is to conduct market research, a continuous process for collecting and analyzing information about capabilities within the market to satisfy agency needs. The acquisition strategy has not yet been determined and market research results will assist in determining the direction this acquisition may take. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist.  All responses shall comply with the criteria established in this RFI to be considered for review.

2.  Purpose:
The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method. Therefore, we further invite offerors to provide a capability statement in response to this requirement as well as the information below. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/.

3.  Description of Requirement:

The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervisions, and other items and services necessary to perform integrated solid waste management (Municipal Solid Waste (MSW) and select Recycling Services) at the base. The Contractor shall perform to the standards in the contract as well as all local, state, and federal regulations.

4.  Current Contract and Incumbent:

N/A

5.  Responses must address the following:

a.  Name, address, CAGE Code, SAM UEI, and main point of contact of your company.

b.  Provide a capability statement to show the ability to meet requirement.

c.  Specify your business type (large business, small business, Small Disadvantaged Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB), Economically Disadvantage Woman-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based upon NAICS 562111, Solid Waste Collection. 

d.  The anticipated NAICS 562111 Solid Waste Collection. The anticipated Product Service Code (PSC) is S205, Housekeeping—Trash/Garbage Collection.  Please provide information if the NAICS/PSC is correct or if a different NAICS/PSC is a better fit.  Please specify the different NAICS/PSC, if applicable, and explain why. 

e.  Does your company currently provide these services under an existing contract such as an Indefinite Delivery Indefinite Quantity (IDIQ) or Government-Wide Acquisition Contract? If so, please provide the contract number, point of contact name/number, and managing agency (e.g., Air Force, DoD, GSA).

f.  Identify any projects completed in the past five years for the same or similar scope to help determine capability and capacity in meeting the requirement for the services listed in the DRAFT PWS.  Include any Government contracts (Federal, State, or local) awarded for this type of requirement.  Include the contract number and a government point of contact.  Identify if the work was as the prime contractor or a subcontractor for these projects and their dollar values.

g.  For the PWS, interested offerors are encouraged to submit questions/feedback for Government review. The intent of obtaining questions/feedback on the PWS is to further assist industry when proposing on the PWS and to streamline the solicitation process. The Government will not post official responses to the questions/feedback, but they will be reviewed by the Government.

h.  Is it clear what is outlined in 2. Service Summary?  If no, please provide specifics to include paragraph number and an explanation of what is unclear.

i Are there any other aspects of the PWS that are unclear? Please provide specifics to include paragraph number and an explanation of what is unclear.

j. Is a Phase-In needed for this requirement?  If yes, how long should it be?  What activities are expected during the Phase-In? 

6.  Industry Response:
All responses shall be received by 24 March 3:00 PM EDT. No extension to the response date will be considered.  Send responses via e-mail to Daniel Kim daniel.kim.55@us.af.mil, Jordon Bongcayao jordon.bongcayao.1@us.af.mil, or 436CONS.PKB.ORG@us.af.mil by the response date.  Responses shall be no more than TWO pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government reserves the right to only review the first five pages and may disregard the remainder of the submission.  Extraneous materials (brochures, manuals, etc.) will not be considered.

7.  Any questions regarding this Sources Sought can be directed to both the CO and CS listed above.

LIST OF ATTACHMENTS:

  1. Draft PWS

 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.