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.

    Point(s) of Contact
    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
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    Fort Irwin Tank Transfer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    AUD Water and Wastewater Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure water and wastewater services at Fort Gordon, Georgia. This opportunity is categorized under a Justification and Approval notice, indicating a specific need for these utilities to support military operations. The provision of reliable water and wastewater services is critical for maintaining operational readiness and ensuring the health and safety of personnel. Interested vendors can reach out to Saide Henderson at saide.a.henderson.civ@army.mil for further details regarding this procurement opportunity.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Bottled Water Supply Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking qualified vendors to provide Bottled Water Supply Services for various locations within Maryland. The procurement requires the delivery of Natural Spring Water in multiple container sizes, including 5-gallon, 1-gallon, and 0.5-liter bottles, all of which must be BPA-free and meet specific safety and quality standards. This service is crucial for supporting the Directorate of Public Works and ensuring access to potable drinking water across multiple APG sites. Interested vendors must submit their capability statements and responses to a detailed questionnaire by December 18, 2025, at 3:00 PM ET, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.