Skip to content
Department of Defense

Harry S. Truman Lake Project - Refuse Collection and Disposal for U.S. Army Corps of Engineers Kansas City District

Solicitation: W912DQ26QA028
Notice ID: 176233b2bc7e45dbbe352b7440168cfd

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Feb 17, 2026. Industry: NAICS 562111 • PSC S205.

Market snapshot

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

12-month awarded value
$26,259,520
Sector total $921,599,318 • Share 2.8%
Live
Median
$118,183
P10–P90
$42,032$7,211,180
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($26,259,520)
Deal sizing
$118,183 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 MO
Live POP
Place of performance
Warsaw, Missouri • United States
State: MO
Contracting office
Kansas City, MO • 64106-2896 USA

Point of Contact

Name
Angella Curran
Email
angella.curran@usace.army.mil
Phone
8163893816
Name
Christopher W. Anderson
Email
Christopher.W.Anderson@usace.army.mil
Phone
8163893850

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST KANSAS CITY • W071 ENDIST KANSAS CITY
Contracting Office Address
Kansas City, MO
64106-2896 USA

More in NAICS 562111

Description

The U.S. Army Copros of Engineers Kansas City District, Operations Division, has a need for refuse services at Harry S. Truman Lake Project, Warsaw, MO. 

The Contractor shall furnish all personnel, equipment, labor, supplies, and services to provide, place, empty, and clean approximately 20 Contractor furnished metal dumpsters (refuse collection dump boxes), 1 of which shall be two (2) cubic yards in size and 19 of which shall be six (6) cubic yards in size, as defined in this performance work statement (PWS).  The Contractor shall deliver and place dumpsters in the park areas at locations designated by the Contracting Officer or the Contracting Officer’s Representative.  Refuse collected from the dumpsters shall be transported and disposed of by the Contractor off Government property at a State approved sanitary landfill or disposal point. The Contractor shall comply with all federal, state, and local laws, ordinances, statutes and regulations pertaining to the collection, transportation, and disposal of refuse and shall obtain such permits, licenses or other authorizations as may be required.

The Contractor shall furnish Two (2) construction dumpsters, both with thirty (30) yard capacity, one placed at the Truman Maintenance Building-except for on occasion moved to a remote site around Truman Lake (Park Setting or remote location around reservoir), and one (1) placed at the lab yard. Dumpster at the lab yard will not be placed anywhere else. These dumpsters will be provided twelve (12) months out of the year. This service is an individual order item, and the COR will issue order by telephone or e-mail to the contractor or his/her responsible individual for disposal. The contractor shall commence the ordered disposal service within 72 consecutive hours after receipt of the order or the date specified in the order, whichever is later.

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation, quotes are being requested.
The solicitation number for this acquisition is W912DQ26QA028, and it is being issued as a Request for Quote (RFQ).
Offers are due at the date and time listed in Block 8 of the SF 1449. Offers shall be submitted in PDF via e-mail to angella.curran@usace.army.mil. All offers must be good for at least 90 days from offer due date.
If you have any questions, please contact Ms. Angella Curran, angella.curran@usace.army.mil, 816-389-3816.
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06. This synopsis/solicitation will be awarded as a 100% Small Business Set-aside, and the associated North American Industry Classification system (NAICS) code is 562111 - Solid Waste Collection, and the business size standard is $47 Million.
Product/Service Code: S205 - Housekeeping--Trash/Garbage Collection

Site Visit:
Prospective contractors are encouraged to visit and fully inspect all areas prior to submitting a quote. The Government will not be held accountable for conditions at the site which were not considered by prospective contractors. A site visit is highly encouraged but not required.
If you would like to schedule a site visit, please call Mr. TJ Allnutt at (816) 389-3089.

PLEASE READ ALL ATTACHMENTS and SUBMIT ALL REQUIRED DOCUMENTS to be considered for award. 

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.