DOJ awards $485K for waste management services in Illinois, highlighting regional operational needs

Contract Overview

Contract Amount: $48,476 ($48.5K)

Contractor: DC Waste & Recycling Inc

Awarding Agency: Department of Justice

Start Date: 2026-03-01

End Date: 2026-09-30

Contract Duration: 213 days

Daily Burn Rate: $228/day

Competition Type: COMPETED UNDER SAP

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FY26 MARCH-SEPTEMBER DC WASTE TRASH P1

Place of Performance

Location: GREENVILLE, BOND County, ILLINOIS, 62246

State: Illinois Government Spending

Plain-Language Summary

Department of Justice obligated $48,476 to DC WASTE & RECYCLING INC for work described as: FY26 MARCH-SEPTEMBER DC WASTE TRASH P1 Key points: 1. Contract awarded for essential waste collection services, indicating ongoing operational requirements. 2. The contract duration is relatively short, suggesting a need for ongoing or periodic service procurement. 3. Fixed-price contract type aims to provide cost certainty for the government. 4. Awarded under Simplified Acquisition Procedures (SAP), implying a focus on smaller value procurements. 5. The specific NAICS code points to a specialized service within the broader waste management sector. 6. Geographic focus on Illinois suggests localized service delivery for federal facilities.

Value Assessment

Rating: fair

The contract value of $484,760 for a six-month period appears reasonable for specialized waste collection services. Benchmarking against similar contracts for federal prison system facilities in the Midwest would provide a clearer picture of value for money. The fixed-price nature of the contract helps mitigate cost escalation risks for the government. However, without detailed service level agreements or performance metrics, a definitive assessment of cost-effectiveness is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under Simplified Acquisition Procedures (SAP), which typically allows for a broader range of competition for procurements under the simplified acquisition threshold. While the specific number of bidders is not provided, SAP generally encourages competition among qualified vendors. The use of SAP suggests that the agency sought competitive bids to ensure fair pricing and service quality for this requirement.

Taxpayer Impact: Full and open competition under SAP aims to secure the best value for taxpayers by fostering a competitive environment that drives down prices and improves service offerings.

Public Impact

Federal correctional facilities in Illinois will benefit from reliable waste management services. Ensures compliance with environmental and sanitation regulations for government operations. Supports local employment through the contractor's operational workforce in Illinois. Maintains sanitary conditions within federal facilities, contributing to inmate and staff well-being.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The waste management services sector is a critical component of public infrastructure, encompassing collection, disposal, and recycling. This contract falls under the Solid Waste Collection (NAICS 562111) industry. The federal government is a significant consumer of these services, particularly for its numerous facilities across the country. Spending in this sector is generally stable, driven by operational needs and regulatory compliance. Comparable spending benchmarks would involve analyzing contracts for similar services at other federal installations or state/local government facilities.

Small Business Impact

The provided data does not indicate if this contract included a small business set-aside. However, the use of Simplified Acquisition Procedures (SAP) often provides opportunities for small businesses to compete. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within this contract, contributing to the broader small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically reside with the contracting officer and the Bureau of Prisons' facilities management. Performance monitoring and adherence to contract terms are crucial. Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-justice, geography-illinois, contract-type-firm-fixed-price, size-category-small-business-acquisition, competition-level-full-and-open, service-waste-management, program-federal-prison-system

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $48,476 to DC WASTE & RECYCLING INC. FY26 MARCH-SEPTEMBER DC WASTE TRASH P1

Who is the contractor on this award?

The obligated recipient is DC WASTE & RECYCLING INC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $48,476.

What is the period of performance?

Start: 2026-03-01. End: 2026-09-30.

What is the historical spending trend for waste collection services by the Federal Prison System in Illinois?

Analyzing historical spending data for waste collection services by the Federal Prison System specifically within Illinois requires access to detailed procurement databases over multiple fiscal years. While this specific contract is for FY26, understanding past expenditures would reveal trends in service needs, pricing fluctuations, and contractor performance. For instance, if spending has steadily increased, it might indicate growing facility needs or rising service costs. Conversely, stable or decreasing spending could suggest efficient operations or successful cost-containment strategies. Without access to this historical data, it's difficult to contextualize the current award's value and anticipate future budgetary requirements. This analysis is crucial for long-term strategic planning and identifying potential cost-saving opportunities.

How does the per-unit cost of this contract compare to similar waste collection contracts for federal facilities in other Midwestern states?

Benchmarking the per-unit cost of this contract against similar waste collection services for federal facilities in other Midwestern states is essential for assessing value for money. This comparison would involve identifying contracts with comparable scope, service levels (e.g., frequency of collection, types of waste handled), and contract duration. Factors such as regional labor costs, disposal fees, and local market competition can influence per-unit pricing. If this contract's per-unit cost is significantly higher than comparable contracts, it may indicate potential overpricing or less efficient service delivery. Conversely, a lower cost could suggest favorable market conditions or effective negotiation by the agency. A detailed analysis would require isolating key cost drivers and normalizing for regional economic differences to ensure a fair comparison.

What are the specific performance metrics and service level agreements (SLAs) associated with this waste collection contract?

The specific performance metrics and Service Level Agreements (SLAs) for this waste collection contract are critical for evaluating the contractor's performance and ensuring the government receives the expected value. These metrics typically include aspects like on-time collection, proper waste segregation, adherence to environmental regulations, and response times for service issues. Without these defined SLAs, it is challenging to objectively measure the contractor's success and hold them accountable. The effectiveness of the contract hinges on clear, measurable, and achievable performance standards. A review of the contract documentation would be necessary to ascertain these details and assess whether they adequately safeguard taxpayer interests and ensure operational continuity for the facilities served.

What is the track record of DC Waste & Recycling Inc. in performing similar government contracts?

Evaluating the track record of DC Waste & Recycling Inc. in performing similar government contracts is crucial for assessing their reliability and capability. This involves reviewing past performance evaluations, any documented instances of contract disputes or terminations, and their history of meeting delivery schedules and quality standards on previous federal or state contracts. A contractor with a history of successful performance is generally a lower risk. Conversely, a history of issues could signal potential problems with service delivery, cost overruns, or compliance. Accessing past performance information systems or contract databases would provide the necessary data to make an informed judgment about the contractor's suitability for this award.

Are there any identified risks associated with the contractor or the nature of the services provided under this award?

Potential risks associated with this waste collection contract could include service disruptions due to unforeseen events (e.g., equipment failure, labor disputes), fluctuations in disposal costs impacting the fixed-price model, or environmental compliance issues. The contractor's financial stability and operational capacity are also key risk factors. Furthermore, the reliance on a single provider for essential services necessitates robust oversight to ensure continuous operation. The short duration of the contract also introduces a risk of frequent re-competition, which can be administratively burdensome and potentially lead to temporary service gaps if not managed proactively. Mitigation strategies would involve clear contract terms, performance monitoring, and contingency planning.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesWaste CollectionSolid Waste Collection

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1301 VANDALIA RD, HILLSBORO, IL, 62049

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $48,476

Exercised Options: $48,476

Current Obligation: $48,476

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 15BFA023D00000010

IDV Type: IDC

Timeline

Start Date: 2026-03-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-07

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending