SOLICITATION NOTICE
S -- 19GV1026Q0010-GARBAGE COLLECTION CONTRACT.
- Notice Date
- 3/3/2026 7:56:30 AM
- Notice Type
- Solicitation
- NAICS
- 5621
—
- Contracting Office
- U.S. EMBASSY CONAKRY WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19GV1026Q0010
- Response Due
- 3/24/2026 9:30:00 AM
- Archive Date
- 04/08/2026
- Point of Contact
- Procurement team, Phone: 00224655104000, Tinkiano Gaston Faya, Phone: 629000592
- E-Mail Address
-
ConakryProc@state.gov, TinkianoGF@state.gov
(ConakryProc@state.gov, TinkianoGF@state.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Garbage Collection Services for U.S. Embassy and Residences 1. PURPOSE AND SCOPE This Blanket Purchase Agreement (BPA) establishes the terms and conditions for comprehensive garbage and trash collection services at U.S. Embassy facilities, including the Embassy Chancery, official residences, and designated Overseas Buildings Operations (OBO) properties. Covered Locations: OBO 4000 NEC (New Embassy Compound) OBO 1528 CMR OBO 312 K24 (DCMR) OBO 301 K23 OBO 316 N22 OBO 305 German Compound (Units G1, G2, G3, G4, G5, and G6) 2. CONTRACT PERIOD Base Period: One (1) year from the date of contract award Option Periods: Four (4) additional one-year option periods The Government reserves the right to exercise option periods at its sole discretion. 3. GENERAL REQUIREMENTS 3.1 Service Frequency and Schedule The Contractor shall collect garbage and trash from all designated locations a minimum of three (3) times per week, totaling twelve (12) service visits per location per month. Regular Service Hours: Monday through Friday, between 08:00 and 16:30 hours Service Days: The Contractor shall establish a consistent weekly schedule (e.g., Monday/Wednesday/Friday or Tuesday/Thursday/Saturday) in coordination with the Contracting Officer's Representative (COR) prior to service commencement. 3.2 Collection Requirements Location Service Frequency Monthly Units OBO 4000 NEC 4 times per week 16 OBO 1528 CMR 3 times per week 12 OBO 312 K24 (DCMR) 3 times per week 12 3 times per week 12 OBO 316 N22 3 times per week 12 OBO 301 K23 3 times per week 12 OBO 305 German Compound (G1-G6) 3 times per week 12 3.3 Additional Collection Services Yard Waste: The Contractor shall collect tree cuttings, branches, grass clippings, and similar yard waste at no additional cost, provided the volume does not exceed three (3) standard garbage bags at the time of regular pickup. Emergency/Additional Removals: The Contractor shall respond to requests for additional collections, including yard debris and construction waste, within twenty-four (24) hours of notification. The Government will compensate the Contractor for emergency services according to rates established in the contract. On-Call Services: The Contractor shall maintain the capability to respond to emergency collection requests at any time, including weekends and holidays. 3.4 Collection Procedures Garbage and trash shall be collected from inside the gate of each property The Contractor shall ensure all collection areas are left clean and free of debris Any spillage during collection shall be immediately cleaned by the Contractor The Contractor shall not enter residential buildings without explicit authorization from the COR 3.5 Current Service Locations The Embassy currently maintains approximately seven (7) residences within the designated areas. Note: The number and location of residences are subject to change at any time based on operational requirements. The Contractor will be notified in writing of any additions or deletions to the service locations (see Attachment A for current list). 4. PERFORMANCE STANDARDS 4.1 Responsiveness The Contractor shall respond to all calls and requests from Embassy personnel within the timeframes specified in this SOW The Contractor shall proactively identify and address garbage collection needs The Contractor shall immediately notify the COR of any delays, equipment failures, or circumstances that may impact service delivery 4.2 Quality Standards All designated collection points shall be serviced on scheduled days Collection areas shall be left in a clean condition after each service No garbage or debris shall remain after scheduled collection The Contractor shall use appropriate equipment to prevent spillage during transport 4.3 Documentation and Accountability Time and Attendance Records: The Contractor shall maintain a time and attendance log for all workers providing services under this contract. Workers shall sign in and out at each location serviced, recording: Date and time of arrival Date and time of departure Services performed Worker name and signature These records shall be made available to the COR upon request and submitted monthly with invoices. Security Log: The Contractor's personnel shall sign the security guard's daily log when entering and exiting each premises. 5. PLACE OF PERFORMANCE Services shall be performed at the following locations: OBO 4000 NEC OBO 1528 CMR OBO 312 K24 (DCMR) OBO 301 K23 OBO 316 N22 OBO 305 German Compound (G1, G2, G3, G4, G5, and G6) Note: The list of service locations in Attachment A is subject to modification. The Government will provide written notification of any changes to service locations. The Contractor shall be prepared to add or remove locations with five (5) business days' notice. 6. PERSONNEL REQUIREMENTS 6.1 Staffing The Contractor shall provide sufficient qualified personnel to perform all services required under this contract in accordance with the specified schedule and performance standards. 6.2 Supervision The Contractor shall designate a supervisor or point of contact responsible for: Coordinating service schedules with the COR Responding to service requests and complaints Ensuring quality control Managing personnel assigned to this contract Serving as the primary liaison with Embassy personnel The supervisor shall be available by telephone during all service hours and shall respond to urgent calls within one (1) hour. 6.3 Discipline and Conduct The Contractor shall maintain discipline among all personnel and take reasonable precautions to prevent unlawful, riotous, or disorderly conduct. The Contractor shall preserve peace and protect persons and property at all service locations. 6.4 Removal of Personnel The Government reserves the right to direct the Contractor to remove any employee from the worksite for failure to comply with standards of conduct or security requirements. The Contractor shall immediately replace such personnel to maintain continuity of services at no additional cost to the Government. 7. STANDARDS OF CONDUCT All Contractor personnel shall adhere to the following standards while performing services under this contract: 7.1 Professional Behavior Prohibited Conduct: Disorderly conduct, use of abusive or offensive language Quarreling, intimidation by words or actions, or fighting Participation in disruptive activities that interfere with normal Government operations Neglect of duties, unreasonable delays, or refusal to perform assigned tasks Refusal to cooperate in upholding worksite security and integrity 7.2 Uniforms and Identification The Contractor's employees shall wear uniforms or appropriate attire that clearly identifies them as associated with the Contractor's company. Uniforms shall be clean, professional, and include visible company identification. 7.3 Intoxicants and Controlled Substances The Contractor shall not permit employees to possess, sell, consume, or be under the influence of alcohol, illegal drugs, or substances that produce similar effects while on duty or on Government property. 7.4 Additional Prohibited Activities Falsification or unlawful concealment, removal, mutilation, or destruction of official documents or records Concealment of material facts by willful omission from official documents or records Unauthorized use of Government property Theft, vandalism, or immoral conduct Unethical or improper use of official authority or credentials Security violations Organizing or participating in gambling in any form 8. NOTICE OF LABOR DISPUTES The Contractor shall immediately inform the COR of any actual or potential labor dispute that is delaying or threatening to delay timely performance of this contract. Notification shall include: Nature of the dispute Parties involved Anticipated impact on service delivery Proposed mitigation measures 9. PERSONNEL SECURITY REQUIREMENTS 9.1 Background Checks Within ten (10) days after contract award, the Contractor shall provide the following information for each employee who will work under this contract: Full legal name Place and date of birth Current residential address National identification number Local Clearance (LC) letter or equivalent documentation The Government will conduct background checks on all proposed personnel. Security clearance processing may take up to thirty (30) days. No Contractor personnel shall begin work until cleared by the Government. 9.2 Identity Cards The Government may issue identity cards to approved Contractor personnel. These cards: Remain the property of the U.S. Government Shall be displayed on the uniform at all times while on Government property Must be returned upon contract completion, employee termination, or at Government request 9.3 Access Control The Government reserves the right to deny or revoke access to U.S.-owned and U.S.-operated facilities to any individual at any time, without providing justification. 9.4 Changes in Personnel The Contractor shall notify the COR in writing at least five (5) business days prior to assigning new personnel to this contract. New personnel shall not begin work until cleared by the Government. 10. KEY CONTROL 10.1 Key Management The Contractor shall receive, secure, issue, and account for any keys provided for access to buildings, offices, equipment, gates, or other secured areas. The Contractor shall: Maintain a key control log documenting all key assignments Ensure keys are not duplicated without written approval from the COR Store keys securely when not in use Return all keys upon contract completion or when requested 10.2 Lost or Duplicated Keys Unauthorized Duplication: If the Contractor or its agents duplicate keys without COR approval, the Contractor shall immediately remove the responsible individual(s) from the contract and reimburse the Government for the cost of rekeying the affected system. Lost Keys: The Contractor shall immediately notify the COR if any keys are lost. The Contractor shall reimburse the Government for the cost of rekeying the affected system. 11. MATERIALS AND EQUIPMENT 11.1 Bin Liners The Contractor shall provide three (3) heavy-duty bin liners (minimum size: 100 cm x 60 cm or larger) to each residence and replace them on every scheduled collection day. Bin liners shall be: Durable and resistant to tearing Appropriate for the volume and type of waste collected Replaced regardless of whether they are full 11.2 Collection Equipment The Contractor shall provide and maintain all equipment necessary to perform services, including but not limited to: Collection vehicles in good working condition Hand tools (rakes, shovels, brooms) for cleanup Personal protective equipment for workers Any specialized equipment required for yard waste collection All equipment shall be maintained in safe, operational condition and comply with local regulations. 12. INSURANCE REQUIREMENTS 12.1 Insurance The Contractor shall obtain any other types of insurance required by local law or customarily obtained in the location of work. Coverage limits shall meet legal requirements or be sufficient to address normal and customary claims. 12.2 Workers' Compensation For U.S. citizen employees or employees directly hired in the United States or its possessions, the Contractor shall provide workers' compensation insurance in accordance with FAR 52.228-3. Host country nationals without a Department of Labor waiver shall also be covered. 12.3 Indemnification The Contractor agrees that the Government shall not be responsible for personal injuries or property damage to the Contractor, its officers, agents, servants, employees, or any other person arising from or incident to the Contractor's performance of this contract. The Contractor shall hold harmless and indemnify the Government from any and all claims, except in instances of gross negligence by the Government. 12.4 Equipment and Materials Insurance The Contractor shall obtain adequate insurance for damage to or theft of materials and equipment in transit to the site or in storage on or off the site. 12.5 Government as Additional Insured The general liability policy shall name ""the United States of America, acting by and through the Department of State"" as an additional insured with respect to operations performed under this contract. 12.7 Evidence of Insurance The Contractor shall provide certificates of insurance evidencing all required coverage within ten (10) days after contract award. The Government may rescind or terminate the contract if the Contractor fails to timely submit required insurance documentation. 13. COMPLIANCE WITH LAWS AND REGULATIONS 13.1 Legal Compliance Without additional expense to the Government, the Contractor shall comply with all applicable laws, codes, ordinances, and regulations, including but not limited to: Local labor laws and regulations Environmental regulations regarding waste disposal Health and safety requirements Traffic and vehicle operation laws Business licensing requirements 13.2 Conflict Resolution In the event of a conflict between contract requirements and local law, the Contractor shall promptly advise the Contracting Officer of: The nature of the conflict Applicable legal requirements The Contractor's proposed course of action The Contracting Officer will provide direction for resolution. 13.3 Labor Laws The Contractor shall comply with all local labor laws, regulations, customs, and practices pertaining to labor, safety, and similar matters, to the extent such compliance is not inconsistent with contract requirements. 14. TRANSITION PLAN 14.1 Plan Development Within ten (10) days after contract award, the Contractor shall develop and submit a transition plan to the Contracting Officer. The plan shall address: Timeline for obtaining all required personnel clearances Projected start date for full service performance Staffing plan, including identification of supervisors Equipment acquisition and deployment schedule Training plan for personnel Communication protocols with the COR Risk mitigation strategies 14.2 Plan Approval The Contracting Officer will review and approve the transition plan. The Contractor shall not begin performance until the plan is approved and all prerequisites (clearances, insurance, etc.) are satisfied. 15. INVOICING AND PAYMENT 15.1 Invoice Submission The Contractor shall submit invoices monthly to: ConakryDBO@state.gov 15.2 Invoice Requirements Each invoice shall include: Contract number Invoice number and date Billing period Detailed breakdown of services provided by location Number of scheduled collections performed Number of emergency/additional collections performed (if any) Supporting documentation (time and attendance records) Total amount due 15.3 Payment Terms Payment for Services Rendered Only: The Contractor shall invoice only for services actually provided. No payment will be made for scheduled services not performed. Emergency Services: Emergency or additional collections beyond the scheduled three times per week shall be invoiced separately at the rates established in the contract. 16. DELIVERABLES The following items shall be delivered under this contract: Description Quantity Due Date Deliver To Weekly Service Schedule 3 Weekly COR List of Personnel (with security information) 1 10 days after award COR Evidence of Insurance 1 10 days after award CO Business Licenses and Permits 1 Date of award CO Transition Plan 1 10 days after award COR Monthly Time and Attendance Records 1 With monthly invoice COR Monthly Payment Request/Invoice 1 Monthly ConakryDBO@state.gov 17. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) 17.1 Purpose This Quality Assurance Surveillance Plan provides a method for the COR to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and notify the Contracting Officer of continued deficiencies. The Contractor, not the Government, is responsible for management and quality control to meet contract terms. 17.2 Performance Objectives and Standards Performance Objective SOW Reference Performance Threshold Monitoring Method Scheduled Collections Sections 3.1-3.2 All scheduled collections completed on designated days COR observation and complaint tracking Service Quality Section 4.2 Collection areas left clean; no debris remaining COR inspection and complaint tracking Responsiveness Section 4.1 Emergency requests addressed within 24 hours COR tracking of response times Customer Satisfaction All sections No more than two (2) valid customer complaints per month COR complaint log 17.3 Surveillance Procedures Step 1 - Complaint Receipt: Government personnel observing unacceptable services (incomplete work or required services not performed) shall immediately contact the COR. Step 2 - Documentation: The COR will document all complaints, including: Date and time of complaint Location Nature of deficiency Complainant information Supporting evidence (photographs, if applicable) Step 3 - Validation: The COR will investigate and determine whether the complaint is valid. Invalid Complaints: The COR will advise the complainant and retain documentation for the file. Valid Complaints: The COR will proceed to Step 4. Step 4 - Contractor Notification: For valid complaints, the COR will notify the Contractor orally (at minimum) and provide an opportunity for correction. The COR shall determine a reasonable timeframe for corrective action based on the nature of the deficiency. Step 5 - Contractor Response: The Contractor may investigate and challenge the validity of the complaint. If the Contractor disagrees, the COR will review the matter and make a final determination. Step 6 - Resolution: The COR will consider complaints resolved unless notified otherwise by the complainant. Step 7 - Repeat Complaints: Repeat customer complaints for the same deficiency during the service period are not permitted. If a repeat complaint is received, the COR will contact the Contracting Officer for appropriate action under the Inspection clause (FAR 52.212-4). 17.4 Performance Monitoring The COR will: Conduct periodic inspections of service locations Review time and attendance records Track complaint trends Meet with the Contractor quarterly to review performance Document all surveillance activities 17.5 Corrective Action If performance falls below acceptable standards, the COR will: Notify the Contractor in writing of specific deficiencies Require a corrective action plan within five (5) business days Monitor implementation of corrective actions Notify the Contracting Officer if deficiencies persist The Contracting Officer may take action under the Inspection clause, including: Requiring re-performance at no additional cost Reducing payment for deficient services Terminating the contract for default 18. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The Contracting Officer will designate a COR who will: Serve as the primary point of contact for contract administration Monitor Contractor performance Approve service schedules Receive and investigate complaints Review and approve invoices Coordinate with the Contractor on operational matters The COR does not have authority to modify contract terms or authorize changes that affect price, quantity, quality, or delivery schedule. 19. ATTACHMENTS Attachment A: Current List of Service Locations (to be provided at contract award and updated as needed) 20. DEFINITIONS COR: Contracting Officer's Representative - The Government official designated to monitor contract performance and serve as the primary point of contact for the Contractor. CO: Contracting Officer - The Government official with authority to enter into, administer, and terminate contracts. Emergency Collection: Unscheduled garbage collection requested outside the regular three-times-per-week schedule. Service Location: Any residence, office, or facility designated in this SOW or Attachment A where garbage collection services are required. Valid Complaint: A documented deficiency in service that is confirmed by the COR after investigation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b3c5f0b57e38440cb565476c1a3c634e/view)
- Place of Performance
- Address: Conakry, GIN
- Country: GIN
- Country: GIN
- Record
- SN07732398-F 20260305/260303230039 (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 |