Gray Water Removal Services - Fort Irwin, CA
ID: W911SA25QA136Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting quotes for gray water removal services at Fort Irwin, California, under a total small business set-aside. The contract requires the contractor to provide and dispose of gray water from various trailers, managing up to 63,000 gallons daily, with a total estimated award amount of $9,000,000 for the performance period from May 27, 2025, to June 17, 2025. This procurement is crucial for maintaining environmental compliance and operational efficiency at military training locations. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or Breanna Huff at breanna.d.huff.civ@army.mil for further details, and note that the submission deadline has been extended to May 9, 2025.

    Files
    Title
    Posted
    This government file details an amendment to a solicitation for gray water storage services at designated training locations. It extends the submission deadline from May 6, 2025, to May 9, 2025, and modifies contract terms to clarify the contractor's responsibilities regarding equipment and water management. Key revisions include updated quantities for gray water containers and responses to contractor inquiries about operational procedures, such as the use of gravity-fed connections for waste disposal from portable trailers. The document emphasizes the importance of acknowledging this amendment and outlines necessary compliance with federal regulations regarding contract performance, insurance requirements, and reporting obligations. Additionally, it specifies the process for the evaluation of contractor performance through the Contractor Performance Assessment Reports System (CPARS), which will inform future contract awards. Attachments in the document include performance work statements and various maps. Overall, the amendment seeks to clarify expectations and ensure compliance with contractual obligations in support of effective service delivery.
    The 84th Training Command is seeking a contractor to provide Gray Water Support during the summer Combat Support Training Exercise (CSTX) from May 27 to June 17, 2025, at Fort Irwin, California. This fixed-price contract requires the contractor to supply all necessary personnel, equipment, and materials for the collection, storage, removal, and disposal of gray water from various military training activities. The contractor must deliver and set up two specific gray water containers and remove gray water of up to 63,000 gallons within the contract period. All contractor personnel must wear identification badges and undergo anti-terrorism training. Compliance with safety laws, quality control measures, and proper response to any gray water spills or accidents is mandatory, with specific logs required for service and incidents. Communication with government representatives is crucial for operational efficiency. The document outlines responsibilities, safety requirements, and mandatory qualifications, ensuring adherence to local, state, and federal regulations. Overall, the proposal emphasizes effective waste management and strict operational standards within military training environments.
    The Contract Requirements Package Antiterrorism/Operations Security Review outlines mandatory procedures for reviewing statements of work pertaining to antiterrorism (AT) and operations security (OPSEC) for federal contracts. It specifies that a signed cover sheet is necessary for all contracts, with exceptions noted for small transactions. The organizational antiterrorism officer must review packages, ensuring compliance with AT and OPSEC, while detailing required training for contractor personnel, including access clearance procedures and specific security training protocols. The document lists standard contract language and clauses applicable to various security scenarios, such as contractors handling classified information or operating overseas. It emphasizes the importance of training in areas like information assurance and threat awareness, with deadlines and reporting requirements clearly defined. Overall, this review covers the security measures essential for safeguarding operations and personnel within federal contracts, highlighting the Army's commitment to maintaining rigorous security standards in contract management.
    This government document outlines performance requirements for gray water collection and removal as part of a contract. The contractor is tasked with providing specific hard plastic containers (1,000-gallon and 3,000-gallon) that can collect gray water from various sources at designated training locations. The performance objectives require a 100% compliance rate for container availability and a 95% efficiency rate for gray water removal, which includes the capacity to manage up to 63,000 gallons of gray water per day during the contract period. Incentives for compliance include a positive performance rating and full payment, while disincentives consist of a non-compliance report and potential reductions in payment for delivered services. This summary emphasizes the key aspects of service delivery standards, compliance metrics, and the implications of performance on payment and quality assurance, reflecting the contractor's obligations within the framework of federal RFPs.
    The document outlines performance requirements for gray water collection and removal services at Fort Irwin. It specifies that the contractor must supply four hard plastic containers (two 1,000-gallon and two 3,000-gallon) for receiving gray water from various trailers, with a performance standard that mandates 100% compliance. For gray water removal, the contractor is tasked with managing up to 6,000 gallons daily, with a total of 12,600 gallons expected throughout the contract period, setting a performance threshold of 95%. Incentives for compliance include positive ratings and full payment, while non-compliance can lead to a report and possible payment reductions. The document is structured to clearly delineate performance objectives, standards, thresholds, acceptable quality levels, and consequences tied to performance, illustrating the government’s emphasis on ensuring high-quality services and accountability in the procurement process.
    This document outlines the Deliverables Schedule for a federal contract, detailing the timeline and format for required submissions and updates related to personnel and compliance training before the contract's performance. Key personnel information must be provided no later than five days prior to contract start and updated as necessary, along with identification lists and relevant training certifications, including AT Level I, iWatch, and OPSEC Awareness Training. Invoices are to be submitted at the end of the performance period, with additional logs for services and spills required shortly thereafter. Also noted is the necessity for required insurance documentation within ten days post-contract award. The purpose of this schedule is to ensure that all contractor obligations are met in a timely manner to maintain compliance throughout the contract duration, reflecting the regulations tied to federal grants and RFPs.
    The document provides a Wage Determination Log for a specific location, Fort Irwin in San Bernardino County, California, referenced under Wage Determination Number 2015-5629. It instructs users to access the full Wage Determination details for that location via the SAM.gov website, where they can search using the specified Wage Determination number and Revision Number. The log includes a Facility ID Number and indicates a revision date of December 22, 2024. This document is essential for federal and local contracting purposes, ensuring that contractors comply with established wage requirements during project execution, an important aspect of government requests for proposals (RFPs) and grants. By providing wage determinations, the government aims to maintain fair labor standards and ensure contractors provide appropriate employee compensation in projects funded by federal or state grants.
    The document is a solicitation for Gray Water Removal Services at Fort Irwin, CA, issued under the category of Women-Owned Small Business (WOSB). The contract, numbered W911SA25QA136, is set to begin on May 27, 2025, and will last through June 17, 2025, with a total award amount of $9,000,000. The contractor must provide storage services for gray water using plastic containers and ensure the removal of up to 63,000 gallons of gray water daily. The solicitation includes detailed clauses and terms related to federal acquisition regulations and establishes requirements for compliance with local, state, and federal laws. The document outlines the bidding process, response requirements, terms of performance, necessary certifications, and insurance obligations. It emphasizes the importance of adhering to contracting guidelines, including the evaluation of contractor performance, submission of payment requests via the Wide Area Workflow (WAWF), and compliance with specified contract clauses. The purpose is to procure environmentally compliant services while adhering to procurement standards that support small and disadvantaged business initiatives.
    The document is a solicitation for gray water removal services at Fort Irwin, CA, under the Women-Owned Small Business (WOSB) program. The requirement involves providing and disposing of gray water from various trailer types over a period from May 27, 2025, to June 17, 2025. The total estimated award amount is USD 9,000,000. Contractors must provide 1,000-gallon and 3,000-gallon hard plastic containers for gray water storage and prepare for the removal of up to 63,000 gallons of gray water daily. The solicitation includes details on submission requirements, deadlines, and terms related to the Fair Labor Standards and other compliance regulations. The contractor must also adhere to various federal acquisition regulations, including requirements for past performance evaluations and insurance coverages. Emphasis is placed on small business participation, encouraging bids from economically disadvantaged and women-owned entities. Overall, the document aims to clearly outline the expectations, requirements, and regulatory framework for potential contractors responding to this government solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Portable Latrines, Handwash Stations and Grey Water Services in Fort Barfoot, Virginia
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide portable latrines, handwash stations, and grey water services at Fort Barfoot, Virginia, from May 29, 2025, to June 13, 2025. This procurement is a total small business set-aside under NAICS code 562991, which pertains to septic tank and related services, and is critical for maintaining sanitation and hygiene standards during military operations. Interested parties should note that the primary contact for this opportunity is Amy Lewellen, who can be reached at amy.e.lewellen.civ@army.mil or 520-706-0368, while secondary inquiries can be directed to Francisco Arocho at francisco.j.arocho.mil@army.mil or 502-898-2054.
    Chemical Latrines & Pumping
    Buyer not available
    The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is seeking quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement involves the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from septic systems and grease traps, ensuring compliance with environmental regulations. This contract is crucial for maintaining sanitation standards in military operations and public venues, reflecting the government's commitment to hygiene and operational efficiency. Interested small businesses must submit their quotes by May 19, 2025, at 12:00 PM MST, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
    Emptying, Cleaning Wash Racks USAG Ansbach
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for a contract focused on the emptying, cleaning, and hauling of sludge from wash racks and rain-retaining basins at USAG Ansbach, Germany. The contract aims to ensure compliance with Army and German environmental regulations while maintaining operational efficiency at military installations. This procurement is critical for managing waste disposal services and preventing environmental malfunctions, with a firm fixed price contract expected to be awarded based on low price technically acceptable evaluation factors. Interested contractors must submit their proposals by May 27, 2025, and can contact Debbie Frankovich at debbie.c.frankovich.civ@army.mil for further inquiries.
    Solid Waste Management
    Buyer not available
    The Department of Defense, specifically the U.S. Army at Yuma Proving Ground, is seeking quotes for solid waste management services, including routine pickup and disposal of non-hazardous solid waste. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform these services in accordance with the Performance Work Statement (PWS), ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at military installations, with a total contract value of approximately $47 million. Interested vendors, particularly small businesses, must submit their proposals by May 19, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
    329 RSG Field Sanitation Services at Fort Barfoot
    Buyer not available
    The Department of Defense, specifically the Virginia Army National Guard, is soliciting bids for field sanitation services at Fort Barfoot in Blackstone, Virginia. The contract requires the provision of portable latrines, handwashing stations, and waste disposal services to ensure sanitary conditions during military training activities scheduled from July 12 to September 14, 2025. These services are critical for maintaining hygiene and health standards in military environments, thereby supporting overall military readiness. Interested small businesses must submit their quotes by the specified deadline and can direct inquiries to Curtis L. Gardner at curtis.l.gardner6.civ@army.mil, with the contract valued at approximately $9 million.
    Sources Sought - Pumping Units
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to identify potential suppliers for sewage and clear water pumping units required for the Expeditionary Latrine System. The procurement includes specific items with National Stock Numbers (NSNs) for sewage and clear water pumping units, with estimated quantities projected over a five-year period. This initiative is crucial for ensuring the operational readiness and effectiveness of military sanitation systems. Interested vendors are encouraged to submit their responses, including capabilities and qualifications, by May 23, 2025, to Evan Graham at evan.j.graham3.civ@army.mil, noting that participation is voluntary and does not constitute a solicitation for contracts.
    FSGA and HAAF Grease Traps
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract focused on the preventative maintenance of grease traps at Fort Stewart and Hunter Army Airfield in Georgia. This contract entails the removal of grease from lift stations, pumping out grease traps, and the disposal of used cooking oil, all while adhering to federal, state, and local regulations to ensure high service quality and minimal disruption to military operations. The contract is structured for a base year with two optional twelve-month extensions, emphasizing the importance of maintaining health and environmental standards in military facilities. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should submit their offers by June 6, 2025, with a total projected award amount of $16,000,000. For further inquiries, contact Carmashay Johnson at carmashay.q.johnson.civ@army.mil or Nateisha Magruder at nateisha.r.magruder.civ@army.mil.
    Marine Corps Installations East- Waste Management Services
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installations East, is soliciting proposals for waste management services at Camp Lejeune, North Carolina. The contract encompasses the rental and servicing of portable toilets, handwashing stations, and 250-gallon gray water tanks, ensuring sanitary conditions for Marines during training exercises. This procurement is critical for maintaining hygiene and compliance with federal, state, and local regulations during military operations. Interested vendors must submit their quotes via email to Nathan Burns by May 13, 2025, and adhere to the requirements outlined in the solicitation, including registration in FEDMALL and compliance with base access policies.
    Shower Services (Hurricane Evacuation to Fort Knox, KY)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking vendors to provide shower services in support of a Hurricane Evacuation Exercise at Fort Knox, Kentucky, scheduled from June 1, 2025, to November 30, 2025. The requirement includes the provision of ten shower trailers, which must be cleaned daily, include grey/black water removal, and be supplied with a power source and cleaning solution, while the water source will be provided by the government. This procurement is crucial for ensuring adequate sanitation facilities during the evacuation exercise, which is part of the Marine Corps Recruiting Depot's planning efforts. Interested vendors are encouraged to submit their capability statements and pricing estimates by May 21, 2025, at 10:00 A.M. Eastern Standard Time, to the designated points of contact, Sgt. Cameron Thach and Captain Zach Keener, via their provided email addresses.
    LMDT DEWATERING WELLS & PUMPS MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for maintenance and repair services related to dewatering wells and pumps, with a focus on water purification and sewage treatment equipment. The contract will encompass various tasks, including the inspection and rebuilding of dewatering pumps, as well as video inspections of well casings, scheduled to take place from July 1, 2025, to June 30, 2030. This procurement is vital for ensuring the reliable operation of essential water treatment infrastructure and promotes equitable participation, particularly for small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned enterprises. Proposals are due electronically by June 2, 2025, at 2:00 PM MDT, and interested contractors should contact Dwane Esplin at desplin@usbr.gov or by phone at 801-524-3743 for further details.