21 CES - PFAS Wastewater Treatment
ID: FA251724Q0091Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Remediation Services (562910)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, through the 21st Contracting Squadron, is seeking quotations for the removal and treatment of Per- and polyfluoroalkyl substances (PFAS) concentrated wastewater at Peterson Space Force Base in Colorado. The project aims to ensure compliance with environmental regulations while effectively managing industrial wastewater, with a performance period scheduled from September 30 to December 31, 2024. This procurement is critical for addressing environmental contamination and promoting health and safety standards, emphasizing the government's commitment to proper wastewater management practices. Interested small businesses must submit their quotations by September 16, 2024, to the designated contacts, Nicole Harden and Ryan Olson, via the provided email addresses.

    Files
    Title
    Posted
    The document outlines the contracting requirements and regulations applicable to government contracts, specifically focusing on payment processes and specific clauses under the Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) frameworks. Key points include the use of the Wide Area Workflow (WAWF) for electronic submission of payment requests, definitions of important terms like DoDAAC, payment request types, and the contractor's obligations regarding invoicing and receiving reports. It also provides details on contract clauses relevant to contractor compliance, including small business engagement, health and safety standards on government installations, and regulations about the use of Class I ozone-depleting substances. Furthermore, the document emphasizes the importance of following established protocols and obtaining necessary permissions and training for contractor personnel working on government sites. Overall, it serves as a comprehensive guide for contractors to navigate the requirements associated with federal contracts, ensuring compliance with regulatory obligations and facilitating effective project execution.
    The B210 UST Industrial Wastewater PFAS Removal and Treatment project involves the systematic removal and treatment of PFAS (per- and polyfluoroalkyl substances) from industrial wastewater. Scheduled to commence on September 1, 2024, and conclude by December 31, 2024, the project specifications include various tasks outlined in the performance work statement. Key components consist of industrial wastewater management, testing of waste streams and discharge permit data (including VOCs, SVOCs, and metals), a system needs assessment, and mobilization efforts. The proposed items are structured in a cost estimate format, yet each item is marked as $0.00, indicating that no budget has been finalized or allocated at this stage. Overall, this project underscores the federal government's commitment to addressing environmental contamination and ensuring compliance with health and safety standards while facilitating proper wastewater management practices.
    The document outlines the wage determination requirements under the Service Contract Act, specifying minimum wage rates for federal contracts in the Colorado Counties of El Paso and Teller. Wage Determination No. 2015-5417, with Revision No. 27, was last updated on July 22, 2024. Contracts initiated on or after January 30, 2022, must pay workers at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must offer a minimum of $12.90 per hour unless a higher rate applies. The document lists specific occupations within various categories—such as administrative, automotive, food service, and healthcare—and their corresponding wage rates. It also details mandatory fringe benefits, including health and welfare provisions, vacation, holidays, and sick leave, in compliance with federal laws. Moreover, it elaborates on the process for classifying unlisted job roles and the obligations of contractors regarding compensation. This framework is critical for federal contractors to ensure compliance with wage laws, protecting worker rights while engaging with government contracts. Overall, it serves as an essential guide for contractors navigating wage determination and labor regulations in federal procurement contexts.
    The document serves as a checklist for receiving samples, ensuring compliance with appropriate handling procedures in line with regulatory standards. Key assessments include verifying the integrity of sample custody seals, ensuring samples are received on ice, and checking that the cooler temperature is acceptable. All necessary documentation, including Chain of Custody (COC), is confirmed to be complete, legible, and free from discrepancies with the containers received. The checklist emphasizes the need for sufficient volume for analyses, condition of containers, and that samples remain uncompromised. A notable exception was noted in the collection date and time, which were not provided. This document is pivotal in maintaining quality assurance in environmental testing and supports the overarching goals of federal grants and RFPs by ensuring that all samples are handled with the utmost care and adherence to established protocols.
    The Colorado Springs Utilities' Industrial Pretreatment Program outlines the request process for special wastewater discharge to the Publicly Owned Treatment Works (POTW). Applicants must provide detailed project descriptions, including wastewater sources, disposal alternatives, and material safety data sheets. Key information such as expected pollutant levels in relation to local limits must accompany the request. It specifies allowable discharge concentrations for several pollutants, and any discharge must not exceed certain limits to prevent environmental harm. Furthermore, if approved, additional requirements may apply for monitoring and safety practices. Charges for disposal will follow established tariff rates. This document serves to ensure that wastewater discharges meet regulatory and environmental standards, highlighting the importance of proper waste management in public utilities.
    The document titled "Laydown Location" outlines designated areas for laydown activities along a road. This file is likely part of governmental planning related to construction or infrastructure projects where materials and equipment will be stored temporarily. Proper laydown locations are critical for ensuring safety and efficiency during construction, minimizing disruption to traffic and local communities. The emphasis on being "on road" suggests that the project requires careful consideration of road usage and accessibility, potentially indicating a need for traffic management or alternative routes. This information is essential for contractors and stakeholders involved in RFPs (Request for Proposals) or federal grants related to development projects, ensuring compliance with local regulations and effective project execution.
    The Performance Work Statement (PWS) outlines the requirements for removing and treating PFAS concentrated industrial wastewater from the Peterson Space Force Base (PSFB) in Colorado. The contractor is tasked with managing all aspects of the removal, treatment, and discharge processes, ensuring compliance with local, state, and federal regulations concerning hazardous waste. The waste will be processed on-site with the treated water discharged into the Colorado Springs Utilities Sanitary Sewer system, following rigorous testing to confirm safety standards. The PWS emphasizes the contractor's responsibilities regarding management, personnel qualifications, safety protocols, and documentation, specifying that all work must be completed within 90 days of contract award. Key performance requirements highlight the importance of environmental protection and regulatory compliance during the treatment process, reaffirming the government's obligation to monitor and ensure the effectiveness and safety of the work performed. The document serves as a formal guideline for contractors aiming to bid on this federal project, emphasizing the non-personal nature of the services required and the necessity for high standards of professional conduct.
    The 21st Contracting Squadron is issuing a Request for Quotation (RFQ) for services related to the removal, treatment, and discharge of Per- and polyfluoroalkyl substances (PFAS) concentrated wastewater at Peterson Space Force Base, Colorado. This solicitation (FA2517-24-Q-0091) is a combined synopsis for small businesses, with a firm fixed price (FFP) award expected based on the lowest price technically acceptable. Quotations are due by September 10, 2024, with a performance period from September 30 to December 31, 2024. Offerors must submit a detailed quotation including a cover letter, technical approach, and price, adhering to specific formatting and content guidelines. Evaluation criteria will be based on technical acceptability and price reasonableness. The government reserves the right to cancel the solicitation if funds are unavailable and will not reimburse any costs incurred by offerors. This procurement emphasizes the importance of proper documentation and competitive pricing, aligning with federal acquisition regulations. The goal is to ensure a sound approach to environmental services that meet government standards while fostering small business participation in government contracting opportunities.
    This government document outlines an amendment for the solicitation FA251724Q0091 concerning PFAS wastewater treatment. The main purpose is to inform potential contractors about changes, including an extended proposal deadline to September 16, 2024, and responses to various industry questions regarding the project specifics. Key points include a refusal to accept a smaller NAICS size standard, the nature and source of wastewater to be treated, discharge requirements, and contractor responsibilities regarding treatment media and disposal. Contractors are to prepare for potential costs related to compliance with local utility regulations and are informed that the government will handle waste disposal associated with treatment. The document emphasizes the importance of adhering to environmental regulations and maintaining open communications for successful bid submissions, establishing the framework for contractor involvement in environmental remediation services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Wastewater Treatment Plant Lab Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for laboratory testing services related to wastewater treatment at Scott Air Force Base in Illinois. The selected contractor will be responsible for performing weekly laboratory tests in compliance with the National Pollutant Discharge Elimination System (NPDES) permit, including the provision of sample containers, temperature-controlled transport, and timely reporting of test results within ten calendar days. This procurement is crucial for maintaining environmental safety and compliance in wastewater management, with the contract set aside exclusively for small businesses under NAICS code 541380. Interested parties must submit their proposals, including a cover letter and technical documentation, by the specified deadlines, and can direct inquiries to Erica Bratton at ERICA.BRATTON@US.AF.MIL or Brandon Katka at brandon.katka@us.af.mil.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of portable, handicap-accessible latrines and comprehensive cleaning services for 150 launch facilities, with maintenance scheduled every 30 days and additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at a key military installation, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting services for the cleanup of oil/water holding tanks at the Fresno Air National Guard Base in California. The primary objective is to empty and visually inspect six holding tanks and one catch basin, ensuring compliance with environmental regulations and proper waste disposal practices. This procurement is critical for maintaining environmental safety and regulatory compliance at the facility, with a total contract value estimated at approximately $16.5 million. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    Oil/Water Separators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking capabilities from Small Business Administration (SBA) certified 8(a) program participants for an Indefinite Delivery/Indefinite Quantity Contract focused on the maintenance of oil/water separators at Wright-Patterson Air Force Base in Ohio. The procurement aims to ensure compliance with environmental, safety, and health regulations while managing both non-hazardous and hazardous waste, which includes cleaning, testing, transportation, and disposal in accordance with federal and state guidelines. Interested firms must submit a capabilities package by September 17, 2024, detailing their qualifications and experience, with responses directed to Zoe Stenholm at zoe.stenholm@us.af.mil.
    732d Air Mobility Squadron - Regulated Waste Pickup and Disposal Services
    Active
    Dept Of Defense
    The Department of Defense, through the 673d Contracting Squadron, is soliciting quotes for regulated waste pickup and disposal services for the 732d Air Mobility Squadron at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for collecting, transporting, and disposing of regulated waste in compliance with federal and state regulations, including obtaining necessary permits and maintaining detailed logs. This service is crucial for ensuring environmental compliance and health standards at the base, with the contract period set from October 1, 2024, to September 30, 2029, encompassing a base year and four option years. Interested vendors must submit their quotes by 12:00 PM AKST on September 19, 2024, and can direct inquiries to Doung Tan Nguyen or Tulay Urganci via the provided contact details.
    Oil Water Separator Cleaning and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) entities to provide cleaning and maintenance services for oil-water separators at a fuel service complex in Coraopolis, Pennsylvania. The procurement involves annual sampling, cleaning, and inspection of two oil-water separators, requiring contractors to supply all necessary personnel, tools, and equipment to ensure compliance with federal, state, and local waste disposal regulations. These services are critical for maintaining operational efficiency and environmental protection at the facility, which includes adherence to safety and environmental standards outlined in the associated Statement of Work and technical specifications. Interested parties must submit their qualifications, including a capabilities statement and relevant identifiers, by September 27, 2024, at 3:00 PM EST, with inquiries directed to Maurice Kirkland at maurice.kirkland.3@us.af.mil or Ryan Scott at ryan.scott.34@us.af.mil.
    36FSS WATER SOFTENER SYSTEM AND INSTALLATION (GUAM)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Water Softener System and its installation at Andersen Air Force Base in Guam. The procurement requires a system that meets specific technical specifications, including a flow rate of 130 to 184 gallons per minute, a pressure range of 35 to 125 psi, and a temperature range of 35 to 120°F, along with a one-year warranty on parts and labor. This equipment is crucial for maintaining operational readiness at the base's dining facility. Interested small businesses must submit their quotes by September 20, 2024, and direct any inquiries to Emily Gumataotao or TSgt Samuel Gordon at the provided contact information.
    Schriever SFB Integrated Solid Waste Management (ISWM) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified firms to provide Integrated Solid Waste Management (ISWM) services at Schriever Space Force Base (SFB) in Colorado. The procurement aims to gather capabilities and past performance data from potential contractors to ensure effective waste management and recycling services, which are critical for maintaining operational efficiency and environmental compliance at the base. Key requirements include the provision of personnel, equipment, and adherence to local, state, and federal regulations, with services expected to include regular waste collection, container maintenance, and special event support. Interested firms should submit their responses, including capability statements and contract experience references, to the primary contact, Stephen Cooper, at stephen.cooper.1@spaceforce.mil, and secondary contact, Emily Heck, at emily.heck@spaceforce.mil, by the specified deadline. Note that this is a Request for Information (RFI) and not a Request for Proposal (RFP); no contract will be awarded from this RFI.
    B954 Removal and Replacement of Grease Trap
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the removal and replacement of a grease trap at Building 954, located in Petrified Forest National Park, Arizona. The project entails supplying and installing a new Zurn Z1172 Grease Trap, ensuring compliance with environmental standards while supporting operational requirements for meal service. This contract, estimated at $47,000,000, is set aside for small businesses, with a performance period from October 7, 2024, to October 25, 2024. Interested contractors should direct inquiries to Velma Wynn at velma.wynn.1@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil, and must submit all questions by September 19, 2024, with responses provided by September 23, 2024.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.