Emptying, Cleaning Wash Racks USAG Ansbach
ID: W912PB-25-R-A007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09114, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS (J010)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors for a firm fixed-price contract to provide services for emptying, cleaning, and hauling sludge from wash racks and rain-retaining basins at USAG Ansbach, Germany. The procurement aims to ensure compliance with environmental regulations while maintaining operational efficiency at military installations, with services required across multiple locations from July 2025 to June 2030. This contract is particularly significant for managing waste disposal and environmental compliance, emphasizing the importance of specialized services in maintaining military facilities. 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Performance Work Statement (PWS) for a non-personal service contract focused on the emptying, cleaning, and hauling of sludge from wash racks and rain-retaining basins at USAG Ansbach, scheduled from June to July 2025. The contractor is responsible for all necessary personnel, equipment, and materials, complying with Army regulations and local laws regarding waste management. Key objectives include maintaining operational efficiency and environmental protection. A Quality Control Plan (QCP) is required to monitor service quality, address defects, and track personnel qualifications. The contractor must adhere to a strict reporting schedule, provide timely notifications of issues, and conduct regular meetings with government representatives. Security measures must be in place, including personnel access compliance and adherence to safety regulations. Specific tasks include using specialized equipment for sludge management, environmental sampling for contaminants, and timely response for on-call services. The document emphasizes the importance of meeting environmental regulations while ensuring the contractor provides all necessary resources and training for personnel, particularly in anti-terrorism and operations security. Overall, this PWS reflects the government's commitment to environmental compliance, efficient resource management, and contractual obligations, ensuring all services meet established performance standards.
    The document outlines a Request for Proposal (RFP) for services related to emptying, cleaning, and hauling sludge from wash racks and rain retaining basins at various U.S. Army Garrison (USAG) facilities in Ansbach, Germany, spanning multiple contract years from July 2025 to June 2030. Each contract line item number (CLIN) includes detailed descriptions of the locations and quantities of services required, such as wash racks and rain basins, along with associated quantities (in units and tons for sludge transport). The RFP specifies both baseline and option years, indicating the Government's intent to secure ongoing environmental and waste management services. The structure consists of consecutive CLINs for each fiscal year, illustrating the continuation of services needed. The proposal underscores the importance of compliance with environmental standards, highlighting the need for specialized equipment and trained personnel for hazardous waste management. Overall, this document exemplifies the federal procurement process for essential maintenance services to ensure operational readiness and environmental responsibility at military installations.
    The document outlines a government Request for Proposal (RFP) for the emptying, cleaning, and hauling off sludge from various wash racks and rain retaining basins at USAG Ansbach, covering three fiscal years from July 2025 to June 2028. The services offered include the removal and transportation of both slightly and highly contaminated sludge measured in tons, with specifics listed for each location and basin involved. Each section (CLIN) for the base year and option years features multiple line items detailing the quantity and unit price for various locations, including wash racks and rain retaining basins at Shipton, Illesheim, and other specified buildings. The document emphasizes the military's reliance on specialized services for environmental management, indicating a structured approach to waste disposal and environmental compliance. The estimated total costs are marked as €0.00, indicating potential for negotiation or variable pricing. The RFP underscores the urgent need for efficient waste management solutions aligned with federal environmental standards, thereby ensuring operational integrity at military installations.
    The Performance Work Statement (PWS) outlines a non-personal services contract for the emptying, cleaning, and hauling of sludge from wash racks and rain-retaining basins at USAG Ansbach. The contract is essential for compliance with Army and German environmental regulations, ensuring proper maintenance of garrison mechanical utilities and preventing environmental malfunctions that could incur unforeseen costs. The contractor is responsible for providing all necessary resources, including personnel, equipment, and materials, while adhering to a quality control plan to ensure compliance with specified standards. Key tasks include sludge removal using suction trucks, conducting quality assessments for disposal classification, and maintaining the cleanliness of facilities. The document mandates effective communication and reporting protocols, including a contractor work plan, timely issue reporting, and training for personnel on anti-terrorism and operations security. It also emphasizes the need for compliance with host nation laws and safety regulations. Deliverables, timelines, and evaluation methods for contractor performance are detailed to ensure accountability and facilitate auditing. Overall, this PWS serves as a framework for environmental compliance and operational efficiency in managing waste disposal services for military installations.
    The document outlines a Request for Proposals (RFP) concerning the emptying, cleaning, and hauling off of sludge from wash racks at USAG Ansbach, covering a base year and four option years from June 2025 to May 2030. The RFP details various locations for service, including wash racks and rain retaining basins across different buildings and installations. Specifically, it lists numerous line items (CLINs) for each contract year, which include quantities and types of services, emphasizing the management of slightly and highly contaminated sludge with significant tonnage requirements. The pricing for all services is currently listed as €0.00, likely pending vendor bidding. The core purpose of the document is to invite qualified vendors to provide sludge management services while ensuring compliance with environmental regulations. By detailing the requirements over multiple contract periods, the RFP supports transparency in bidding and facilitates the selection of capable service providers to maintain effective waste management at military facilities. The structure includes a breakdown across multiple years, emphasizing continuity and planning in environmental services.
    The IRS Form W-14, issued by the Department of the Treasury, is a certificate for foreign contracting parties receiving federal procurement payments. Its primary purpose is to ensure compliance with U.S. tax regulations under section 5000C and to facilitate the determination of exemption from taxes based on international agreements or procurement agreements. The form consists of several sections, starting with the identification of the foreign contracting party and the acquiring agency, including names, addresses, and contract reference numbers. It allows for the declaration of tax exemptions based on international treaties or the nature of the goods and services involved. A key component of the form is the requirement for the contracting party to certify the accuracy of the information provided under penalties of perjury. This ensures responsibility for any taxes that may be owed if not withheld by the acquiring agency. Overall, Form W-14 serves as a vital tool in government contracting to clarify tax obligations and exemptions, facilitating compliance with federal regulations while engaging foreign entities in federal procurement activities. Its integrity relies on accurate representations by the foreign contracting party, reinforcing the government's commitment to managing international contracting relationships effectively.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for non-personal services related to the emptying, cleaning, and hauling off of sludge from wash racks at U.S. Army Garrison (USAG) Ansbach in Germany. Managed by the Regional Contracting Office Bavaria, the contract spans from June 1, 2025, to May 31, 2030, with option line items extending service provisions. Interested contractors must adhere to specific clauses and regulations, including payment processes using the Wide Area Workflow (WAWF) system, as well as compliance with established federal statutes concerning labor and safety. The document emphasizes supporting women-owned businesses and includes detailed requirements for inspection and acceptance of delivered services. It establishes a clear pathway for protests and complaints regarding the procurement process, facilitating engagement and resolution. The contract aims to ensure efficient service provision while promoting inclusivity and compliance with federal acquisition regulations.
    The document outlines a federal solicitation for a contract focused on emptying, cleaning, and hauling off sludge from wash racks at USAG Ansbach in Germany. It includes details about the contractor's responsibilities and the services required, with a total performance period set from June 1, 2025, through May 31, 2030. The request is aimed at Women-Owned Small Businesses and specifies that interested contractors must submit their offers by May 7, 2025. Key elements include the inspection and acceptance locations, pricing structure, and necessary clauses incorporated by reference, such as payment instructions and compliance with labor laws. Additionally, the document emphasizes adherence to various federal regulations, including those concerning cybersecurity and the use of specific telecommunications equipment. This solicitation reflects the government's commitment to engaging small businesses, particularly women-owned enterprises, in fulfilling government service contracts.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract concerning emptying, cleaning, and hauling sludge from wash racks at USAG Ansbach in Germany. The required services include a detailed performance work statement and is structured with specific line items detailing the scope of work, pricing arrangement, and inspection protocols. The contract period is from July 1, 2025, to June 30, 2030, with options for extension. Key details include submission requirements for bids, evaluation factors for contract award—like technical experience, supplier performance risk, and price—and the necessary federal acquisition regulations applicable. Contractors must demonstrate relevant work experience and valid certifications. Additionally, the document mentions various clauses for compliance, such as anti-tax evasion and labor standards. It serves as a formal request for proposals, reinforcing the government's commitment to contracting with economically disadvantaged and women-owned enterprises while ensuring adherence to federal procurement standards.
    The document is an amendment to a government solicitation, primarily focusing on the extension of the proposal due date and the correction of the performance period for specific contract line items. It outlines the methods by which offerors must acknowledge receipt of the amendment to ensure their proposal remains valid. The amendment specifies the new proposal due date as 27 May 2025, with the response time adjusted from 1:00 PM to 10:00 AM (UTC +2), thereby adhering to updated time zones. Additionally, the period of performance for servicing contracts related to emptying, cleaning, and hauling sludge for USAG Ansbach has been modified, extending the timeline for various option line items from June 2025 through June 2030. The document emphasizes that all other terms and conditions of the solicitation remain unchanged unless otherwise specified. This amendment serves to clarify critical details for potential contractors regarding submission timelines and contract performance periods, ensuring compliance and operational readiness for upcoming service needs.
    This government document serves as an amendment to an existing solicitation, detailing specific procedural updates and modifications related to contractor offers. The document clarifies that the scheduled receipt of offers has been extended, and it outlines the necessary steps contractors must take to acknowledge this amendment to avoid rejection of their submissions. Key points include the update of contract information, specifically regarding the scope of work associated with washing rack services at USAG Ansbach. Modifications to prior items include changes to the number and specifics of the services provided, such as cleaning and hauling sludge, along with revisions to associated line items and inspection/acceptance locations. Importantly, the amendment maintains that all unchanged terms of the original solicitation or contract remain valid and in effect. The document is structured to facilitate easy referential modifications while ensuring adherence to federal contracting regulations and protocols. Overall, the amendment acts to formalize adjustments necessary for the alignment of contractor obligations and government expectations within the context of this solicitation process.
    The document is a comprehensive guide on managing per- and polyfluoroalkyl substances (PFAS) in federal properties in Germany, specifically focusing on the evaluation, assessment, and remediation of PFAS contaminants. Released as the 5th edition in March 2024, it contains crucial information derived from the earlier editions and updates aligned with the latest federal guidelines and scientific findings. The guide outlines the intrinsic properties of PFAS, their environmental relevance, and potential health impacts, alongside the standardized methodologies for assessing sites potentially contaminated by PFAS. It emphasizes the different phases of contamination management: initial assessment, detailed analysis, and remediation strategies. Notably, the document addresses the ongoing challenges of PFAS persistence in the environment and the legal frameworks surrounding their regulation. Central to the guide is its structured approach, which integrates national and state level directives for environmental assessments, reflecting the growing awareness and response to PFAS contamination issues. The guide serves as an essential tool for stakeholders involved in the management of contaminated federal properties, underpinning efforts to ensure compliance with health and safety regulations while addressing environmental concerns effectively.
    The document from the Bavarian State Office for the Environment outlines guidelines for assessing per- and polyfluoroalkyl substances (PFAS) in the environment, focusing on their impact on food, drinking water, surface water, and soil. It addresses the widespread contamination from various industries and the challenges posed for public health, specifically mentioning the economic burden on water suppliers and agricultural sectors due to water treatment needs. The document introduces new evaluation criteria based on EU regulations, specifying permissible limits for PFAS in food products and drinking water while establishing monitoring responsibilities for local health authorities. It categorizes PFAS into different lengths, detailing permissible concentrations for groundwater and surface water monitoring. Additionally, the document emphasizes the importance of treatment methods for PFAS-contaminated wastewater and the necessity for precautionary measures in environmental assessments. These guidelines aim to standardize evaluations and responses to PFAS contamination across Bavaria, contributing to more effective risk management and compliance with EU environmental standards.
    The document outlines a solicitation for a contract related to non-personal services for emptying, cleaning, and hauling sludge from wash racks at USAG Ansbach in Germany. The procurement aims to secure these services across multiple locations over a specified period from July 1, 2025, to June 30, 2030. It also encourages participation from women-owned small businesses and outlines the conditions and clauses relevant to federal contracting, such as compliance with labor laws and reporting requirements. Interested parties must submit offers by May 27, 2025, and can contact the contracting officer, James Benson, for further inquiries. The contract includes several option line items detailing specific services and requirements, emphasizing a firm fixed price and adherence to the Performance Work Statement. The document stresses the importance of regulatory compliance and best practices for safety during service delivery, supporting the U.S. government's focus on utilizing small businesses in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Dept Of Defense
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    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.
    SOLVENT TANK MAINTENANCE SERVICES FOR EIGHTH ARMY WIDE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking maintenance services for solvent tanks as part of a contract for the Eighth Army. This opportunity involves the provision of maintenance services, with an amendment recently issued to change the site visit date, indicating the importance of timely and effective service delivery. Solvent tank maintenance is crucial for ensuring compliance with safety and environmental regulations, thereby supporting the operational readiness of military facilities. Interested contractors can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636 for further details regarding this procurement.
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.
    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.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.