Guardian Response 25 Grey Water Support for Multiple Sites in Indiana
ID: W911SA25QA045Type: 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 Department of the Army, is soliciting proposals for the Guardian Response 25 Gray Water Support project, which involves the management of gray water at multiple sites in Indiana, including the Muscatatuck Urban Training Center. The primary objective is to provide comprehensive gray water storage and removal services, ensuring compliance with federal, state, and local regulations while promoting sustainable water management practices. This initiative is critical for supporting training events related to search and rescue and casualty decontamination, emphasizing the importance of effective resource management in emergency preparedness. Interested small businesses, particularly those owned by women, are encouraged to submit proposals by the deadline, with an estimated contract value of $9 million and performance scheduled from April 24 to May 15, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Guardian Response 2025 (GR25) initiative, overseen by the 84th Training Command, focuses on providing sustainment support for critical training events in Indiana, specifically at the Muscatatuck Urban Training Center and North Vernon Airport. Scheduled from April 25 to May 13, 2025, this non-personal services contract mandates the contractor to support gray water storage and removal operations ancillary to search and rescue, casualty decontamination, and patient care exercises. The contractor is responsible for all personnel, equipment, and supplies needed for this task, ensuring compliance with federal safety and operational standards. Key performance expectations include maintaining adequate staffing, obtaining necessary permits and background checks, and ensuring contractors wear ID badges. The contractor must also submit periodic reports and logs detailing the services provided. A variety of regulatory training, such as Anti-Terrorism awareness and iWATCH, is required. The document outlines comprehensive duties concerning gray water containment and disposal, emphasizing adherence to local, state, and federal laws. Overall, this contract exemplifies the government's commitment to an effective response training environment, ensuring operational readiness for domestic emergencies.
    The "Contract Requirements Package Antiterrorism/Operations Security Review Cover Sheet" serves to document the review of essential aspects of a requirements package related to antiterrorism (AT) and operations security (OPSEC). It mandates that a signed AT/OPSEC cover sheet accompanies most contract requirements, excluding low-value supply contracts. The review process requires signatures from both the organizational antiterrorism officer (ATO) and an OPSEC officer, ensuring compliance with Army regulations. The document outlines standardized language provisions, which must be included in Statements of Work (SOW) or Performance Work Statements (PWS) based on specific contract requirements, such as AT Level I training, access procedures, and training certifications. It delineates steps for contractors related to training, background checks, information assurance training, and operational security training. The main purpose of this document is to ensure that all contractors adhere to necessary security protocols and training requirements to enhance safety and mitigate risks associated with government contracts, particularly in environments that may be vulnerable to threats.
    The document outlines the performance requirements for a government contract focused on gray water storage and removal. The contractor is responsible for providing all necessary labor, materials, and equipment to effectively manage gray water as stipulated. Key performance objectives include achieving 100% compliance for the provision of removal equipment and ensuring readiness for operational tasks by specific deadlines, such as having equipment operational by April 24 and finalizing removal by May 15, 2025. Compliance levels set at 95% or greater warrant incentives such as positive ratings in the Contractor Performance Assessment Reporting System (CPARS) and full payment for services. Conversely, non-compliance may lead to reports of deficiencies and potential reductions in payment. The document emphasizes the critical nature of adhering to operational standards and timelines to mitigate risks associated with gray water disposal, reflecting the structured oversight typical within federal and state/local RFPs.
    The document outlines the deliverables schedule for a federal contract, specifying requirements for key personnel identification, training certifications, corrective action plans, invoices, and disposal logs among others. Key deadlines include providing a Key Personnel list, identification badge list, and Level I Training certificates within 14 days post-award or within 5 days for new employees. Invoices must be submitted by the end of the month after services are performed, while corrective action plans are required upon receipt of any deficiency reports. Additionally, necessary insurance documentation is to be submitted within 10 days of contract award and annually thereafter. All submissions must be made digitally via email to the Contracting Officer Representative (COR) and may vary in frequency depending on the type of deliverable. This structured schedule reinforces compliance with contract terms, ensuring timely updates and quality service delivery consistent with federal standards. Overall, the document serves to facilitate clarity in communications and enforce adherence to operational guidelines within government contracting processes.
    The document serves as a Wage Determination Log for the Muscatatuck Urban Training Center (MUTC) located in Butlerville, Jennings County, Indiana. It directs users to the SAM.gov website for full Wage Determination information specific to the facility's location by entering the provided Wage Determination Number (2015-4825) and its corresponding revision number (28), valid until 12/23/2024. This log is essential for government contracts, ensuring compliance with federal wage standards relevant to public sector project proposals. It succinctly points out the need for contractors to adhere to these wage determinations when preparing bids for federal grants or responding to state and local Requests for Proposals (RFPs).
    The document outlines a proposal for a "Gray Water pick-up" initiative, aimed at establishing a system for the collection and management of gray water—wastewater generated from domestic activities such as laundry, dishwashing, and bathing. The main objective is to improve water conservation practices and promote sustainable water use within communities. Key components include the design of collection systems, community education on gray water recycling, and compliance with local health and environmental regulations. The initiative also seeks to engage local stakeholders and potential partners in its implementation, emphasizing collaboration for effective resource management. Overall, this proposal highlights the importance of innovative water management strategies to enhance sustainability and community resilience, vital for future government projects on water resource management at federal, state, and local levels.
    The document titled "Map Gray Water Disposal" outlines guidelines and considerations related to the disposal of gray water, which is wastewater generated from domestic activities such as laundry, dishwashing, and bathing. This guidance is critical in the context of government RFPs and grants aimed at promoting sustainable water management practices. The document likely details relevant regulations, best practices for safe disposal methods, and potential impacts on public health and the environment. Key points of the document may include the importance of separating gray water from black water to reduce contamination risks, recommended disposal techniques, and local regulatory requirements. It might also emphasize the benefits of reusing gray water for landscaping or irrigation, contributing to water conservation efforts. Overall, the document serves as a foundational resource for stakeholders involved in designing programs or projects that incorporate gray water management, supporting broader initiatives for sustainability and environmental protection at state and federal levels.
    The document outlines a solicitation for the provision of gray water storage and removal services by a Women-Owned Small Business (WOSB). Issued under Requisition Number W911SA25QA045, the contract is part of a broader commitment to ensure that small businesses, particularly those owned by women, participate in government contracting. The primary requirement specifies that the contractor must provide all necessary labor, supervision, and materials for gray water management at the Muscatatuck Urban Training Center in Indiana, scheduled from April 24 to May 15, 2025, with a total estimated contract amount of $9 million. Key details include the importance of compliance with various regulations, delivery and acceptance criteria, and the administrative procedures post-award. The document specifies the necessity for contractors to maintain active registration in the System for Award Management (SAM) and meet other eligibility criteria, emphasizing timely communication and submission of required documentation by the contractors. This solicitation thus underscores the government's focus on promoting participation from small businesses while adhering to strict regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TW-25 Gray Water Removal
    Buyer not available
    The Department of Defense, through the 410th Contracting Support Brigade, is preparing to issue a Request for Quote (RFQ) for gray water removal services at Teteron Barracks and laundry facilities in Port of Spain, Trinidad and Tobago. The contractor will be responsible for providing all necessary personnel, equipment, and services to fulfill the contract, which is scheduled to run from April 25 to May 8, 2025. This procurement is crucial for maintaining sanitation and operational readiness in support of U.S. Army South's activities in the region. Interested contractors must register on SAM.gov for updates, with the anticipated solicitation period from February 25 to March 11, 2025. For inquiries, potential bidders can contact David Garza at david.l.garza5.mil@army.mil or SSG Paul Adamo at paul.m.adamo.mil@army.mil.
    Chemical Biological Radiological Nuclear (CBRN) Water Hauler
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Product Manager Petroleum and Water Systems (PdM PAWS), is conducting a Market Survey to gather information for the Chemical Biological Radiological Nuclear (CBRN) Water Hauler program. This initiative aims to enhance the Army's capability to transport non-potable bulk water for decontamination operations during large-scale combat, integrating the CBRN Water Hauler with the M1083 5-ton Medium Tactical Vehicle and targeting an operational capacity of 800 gallons under extreme conditions. Interested companies are invited to participate in shaping the program's design and requirements, with responses due by January 30, 2025; they must adhere to strict guidelines regarding proprietary information and have an active System for Award Management (SAM) account. For further inquiries, interested parties can contact Deborah D. Sacker at deborah.d.sacker.civ@army.mil or by phone at 571-588-9228.
    Guardian Response 25: Ambulance Support Services for Multiple Sites in Indiana
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide ambulance support services at multiple sites in Indiana as part of the Guardian Response 25 initiative. The procurement requires contractors to supply Advanced Life Support (ALS) ambulances with qualified personnel for real-world emergencies and marked civilian ambulances for training scenarios, ensuring 24/7 coverage during the contract period from April 23 to May 21, 2025. This service is critical for enhancing emergency medical response capabilities and supporting military training exercises, with a total estimated contract value of $22,500,000. Interested parties must submit their quotes electronically and ensure compliance with federal acquisition regulations, with inquiries directed to Breanna Huff at breanna.d.huff.civ@army.mil.
    INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract aimed at various small construction projects in Illinois and Indiana. This procurement focuses on a range of construction services, including potable water supply and storage, stormwater management, wastewater treatment upgrades, and related infrastructure improvements, with a total contract value not exceeding $24.9 million. The opportunity is exclusively set aside for small businesses, aligning with the North American Industry Classification System (NAICS) code 237110, which pertains to water and sewer line construction. Interested contractors must submit their proposals by 2:00 p.m. Central Time on March 6, 2025, and are required to be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential bidders can contact Ericka Hillard at ericka.d.hillard@usace.army.mil or call 312-846-5378.
    H946--Critical Water Testing and Treatment SVC, MA, 36C255-25-AP-0812, 657-25-2-2977-0003 (VA-25-00034285)
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Critical Water Testing and Treatment services at VA medical centers located in Marion, IL, and Evansville, IN. The contract aims to ensure compliance with health standards through services such as unscheduled emergency sanitation and water quality testing, with a total estimated value of $19 million, including a minimum guarantee of $175,000 and a maximum ceiling of $1 million. This procurement is particularly significant as it is set aside for small businesses, including those owned by service-disabled veterans, reflecting the government's commitment to supporting veteran-focused enterprises. Interested parties must submit their offers by February 28, 2025, and can direct inquiries to Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov.
    Portable Latrines: Fort Johnson and Joint Readiness Training Center
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of portable latrine services at Fort Johnson and the Joint Readiness Training Center (JRTC) in Louisiana. The contractor will be responsible for the delivery, setup, cleaning, and removal of portable chemical latrines, particularly during military training exercises and social events, with a focus on maintaining service quality and compliance with federal regulations. This contract is crucial for supporting military operations, especially during the ten annual JRTC rotational training exercises, where service demands may fluctuate significantly. The estimated total award amount is $9,000,000, with a performance period from March 16, 2025, to March 15, 2026, and four optional 12-month extensions. Interested parties should direct inquiries to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil, with questions due by 1 PM CST on February 19, 2025.
    P-591 Water Treatment Plant MCAS Yuma
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking qualified contractors for the construction of the P-591 Water Treatment Plant at Marine Corps Air Station Yuma, Arizona. The project entails the construction of a facility capable of producing up to five million gallons per day (MGD) of potable water, along with three ground and one elevated water storage tanks with a total capacity of 7.5 million gallons. This initiative is critical for ensuring a reliable water supply for military operations and includes advanced control systems with cybersecurity features, as well as compliance with Department of Defense antiterrorism standards. Interested parties must complete a Market Research Questionnaire by February 25, 2025, and submit relevant past project experiences, with the anticipated contract type being Firm Fixed Price and a performance period of 1,460 days. For further inquiries, contact Victor Mariscal at victor.m.mariscal.civ@us.navy.mil or call 619-705-4657.
    Refuse Services at IL045 Granite City, IL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services at the IL045 Army Reserve facility located in Granite City, Illinois. The contract, identified as W911SA25QA022, requires the contractor to provide all necessary personnel, equipment, and materials to manage waste collection and recycling, ensuring compliance with quality control measures and federal regulations. This procurement is crucial for maintaining a clean and professional environment at the facility, with a total contract value of $47 million and a performance period from April 1, 2025, to March 31, 2026, including options for four additional years and a six-month extension. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Courtney L. Davis at courtney.l.davis65.civ@army.mil.
    VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the project titled "VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE." This project entails the mobilization and demobilization of labor, equipment, and materials to replace approximately 11,164 linear feet of sanitary sewer lines, repair and replace manholes, and manage the abandonment of certain sewer segments in a former residential area. The work will utilize various methods, including open cut, pipe bursting, and horizontal directional drilling, highlighting the importance of effective sewer infrastructure maintenance. Interested small businesses are encouraged to reach out to the primary contact, Steven Stocking, at steven.stocking.2@us.af.mil or 586-239-4881, or the secondary contact, Anna Randall, at anna.randall.1@us.af.mil or 586-239-5526, for further details regarding this total small business set-aside opportunity.
    Rapid Biological Decontamination of Water for Safe Drinking
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking innovative solutions for the rapid biological decontamination of water to ensure safe drinking for military personnel. The objective is to identify technologies that can provide portable, effective methods for producing potable water in austere environments, thereby enhancing soldier survivability and hydration during combat operations. This initiative addresses the limitations of current water purification methods and aims to develop systems that meet EPA performance standards while being lightweight, low-power, and capable of operating in extreme temperatures. Interested parties are invited to submit Broad Agency Announcement (BAA) preproposals by February 28, 2025, at 5:00 PM EST, to the designated contacts, Dr. Shannon McGraw and Patrick Marek, via email.