Base Elizabeth City Oil Water Separator Cleaning
ID: 70Z08125QELIZ0009Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the cleaning, inspection, analysis, and disposal of waste from an oil water separator (OWS) at Base Elizabeth City in North Carolina. The contractor will be responsible for providing all necessary supervision, labor, transportation, equipment, parts, tools, and materials to ensure the OWS is properly serviced, adhering to safety and environmental compliance standards. This procurement is critical for maintaining operational readiness and environmental standards, as the OWS is essential for managing wastewater and preventing contamination. Interested small businesses must submit their quotes via email by noon on April 10, 2025, and are encouraged to attend a site visit on April 3, 2025, for coordination. For further inquiries, contact Tami Clark at tami.n.clark@uscg.mil or by phone at 15716102397.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 6:06 PM UTC
The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifying wage rates for various occupations in North Carolina's Camden, Chowan, Pasquotank, and Perquimans counties. It outlines minimum wage requirements based on Executive Orders 14026 and 13658, indicating that contracts awarded after January 30, 2022, must pay at least $17.75 per hour, while older contracts that aren't renewed or extended must pay a minimum of $13.30 per hour. The document lists specific wage rates for multiple job classifications within sectors such as administrative support, automotive services, food service, and health occupations, along with fringe benefits that contractors must provide. Additionally, it discusses contractor responsibilities regarding paid sick leave, holiday entitlements, and uniform allowances. Overall, the file serves as an important resource for contractors to comply with labor standards and protect workers' rights in federally funded contracts, ensuring equitable compensation across various occupations.
Mar 27, 2025, 6:06 PM UTC
The document outlines a solicitation for a construction contract issued by the United States Coast Guard (USCG) for services related to cleaning, inspection, analysis, and disposal of waste for an oil water separator (OWS) at USCG Base Elizabeth City in North Carolina. The solicitation number is 70Z08125QELIZ0009, and it emphasizes a 100% set-aside for small businesses, with a NAICS code of 562211 and a small business standard of $47 million. Bids must be submitted via email by noon on April 10, 2025, with a scheduled site visit on April 3, 2025. The selection process is based on the criterion of the lowest price technically acceptable. Contractors are required to submit performance and payment bonds, and those without an active vendor record in SAM.gov or who do not meet size requirements will be deemed ineligible. The government retains the right to cancel the solicitation, and the awarded contract is expected to be a Firm-Fixed Price agreement. Questions regarding the solicitation must be submitted in writing by April 5, 2025. The document ensures clarity and compliance with federal bidding processes while emphasizing the importance of safety and operational integrity through proper waste management services.
Mar 27, 2025, 6:06 PM UTC
The scope of work outlined for the U.S. Coast Guard Base in Elizabeth City, N.C. involves the cleaning, analysis, and waste disposal of an oil-water separator (OWS) located in the Engine Test & Repair Shop. The contractor is required to provide all necessary labor, equipment, and materials to fully pump, clean, and inspect the OWS, which is currently inoperative and near full capacity, containing mostly water and trace amounts of jet fuel. Key responsibilities include adhering to safety, environmental compliance, and labor laws, with a strong emphasis on using proper personal protective equipment (PPE) and following local regulations. The contractor must manage waste disposal per federal and state laws and conduct a confined space entry in line with OSHA standards. A timeline for project completion requires submission of materials within specified durations and obtaining government approval. The base prohibits the use of its restroom facilities, necessitating portable facilities for workers, and no smoking is allowed outside designated areas. The contractor must ensure the job site is cleaned up daily and maintained in compliance with all safety and environmental regulations. This project supports the base's operational readiness by restoring the functionality of critical equipment, reflecting the government’s commitment to maintaining a safe and compliant working environment.
Mar 27, 2025, 6:06 PM UTC
The document is a reference file related to key protocols and regulations governing federal government Requests for Proposals (RFPs), federal grants, and associated state and local RFPs. Its primary purpose is to outline guidelines and best practices for the submission and evaluation of proposals in adherence to federal standards. Essential points include the importance of transparency, accountability, and fair competition in the procurement process. The document emphasizes compliance with federal laws and policies to ensure that grant allocations and contract awards are conducted ethically and legally. Additionally, it stresses the need for thorough documentation and reporting to facilitate the monitoring of funds applied to various projects aimed at community improvement and service delivery. The structured nature of the file suggests a comprehensive approach to managing public resources, ensuring that both federal and local entities work towards common goals in public service excellence and community development.
Mar 27, 2025, 6:06 PM UTC
The document outlines the specifications for an Oil Water Separator system located at Building #100, designated as the Engine Test & Repair Shop. The provided images and overhead views showcase the separator's setup within the facility. This initiative is likely part of a federal or state project focusing on environmental compliance and pollutant management—a critical aspect in government Request for Proposals (RFPs) and grants. The Oil Water Separator is essential for managing wastewater, ensuring that oil and water mixtures do not contaminate local water sources. By highlighting the infrastructure related to oil and wastewater management, this document emphasizes the government's commitment to maintaining environmental standards and supporting compliance with regulations. The overall structure is concise, detailing the location and significance of the oil water separator within the context of the facility’s operations dedicated to testing and repairing engines, ultimately promoting environmental sustainability.
Mar 27, 2025, 6:06 PM UTC
The document outlines the Offeror Representations and Certifications required for contracts involving commercial products and services. It emphasizes the necessary provisions for Offerors, including the completion of representations in the System for Award Management (SAM) or additional requirements if not completed online. Key definitions include terms related to small business concerns, such as economically disadvantaged women-owned small businesses, service-disabled veteran-owned small businesses, and others. The document stipulates certifications regarding business operations in Sudan, contracting restrictions involving certain telecommunications, and compliance with federal laws related to child labor, taxes, and national security. Additionally, it highlights the importance of certifications for entities engaging in operations related to Iran and prohibits contracting with inverted domestic corporations. Offerors must provide accurate details about their ownership structure and verify compliance with relevant regulations. This document serves as a crucial component in federal procurement by ensuring that contractors meet necessary legal and ethical standards, thereby promoting fair competition and responsible business practices within government contracting processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Septic and Grease Trap Cleaning Services, Cordova, ALASKA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide septic and grease trap cleaning services in Cordova, Alaska, through a Blanket Purchase Agreement (BPA) valued at up to $150,000 over four years. The procurement aims to ensure the seasonal maintenance of sewage tanks and grease traps, adhering to all local, state, and federal environmental regulations, with services required to be performed annually and in emergency situations as needed. This initiative is crucial for maintaining hygiene and operational efficiency at the U.S. Coast Guard facilities, emphasizing the importance of proper waste management. Interested vendors must submit their quotes by April 28, 2025, to Robbin Kessler at robbin.m.kessler@uscg.mil, and are encouraged to review the attached Statement of Work and pricing documents for detailed requirements.
Underwater Hull Cleanings and Inspections for USCG Patrol Boats
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull cleaning and inspection services for two 87-foot patrol boats, the USCGC Sea Devil and USCGC Sea Fox, homeported in Kings Bay, Georgia. The contract, which is set aside entirely for small businesses under NAICS code 336611, requires up to 28 cleanings and inspections over a one-year period, with flexibility in scheduling based on operational needs and environmental conditions. These services are critical for maintaining the operational readiness and efficiency of the vessels by mitigating marine growth that can impede performance. Interested vendors must submit their quotations by April 30, 2025, at 5:00 PM EST, and can direct inquiries to SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or by phone at (571) 608-4730.
52000QR250011956 USCGC TAMPA MDE CENTER SECTION OVERHAUL HOT OIL FLUSH
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to perform Hot Oil Flushes on the propulsion engines of 210’ and 270’ Medium Endurance Cutters following a center section overhaul. The objective is to eliminate contamination from the engine lube oil system, which includes disassembly and reassembly of engine components, and requires the contractor to provide all necessary tools, equipment, and qualified personnel experienced with ALCO engines, particularly the 251-B, 251-CE, and 251-F series. This work is crucial for maintaining the operational readiness of Coast Guard vessels and is scheduled to take place over a maximum of 14 calendar days from July 14 to July 26, 2025, at the USCGC TAMPA in Portsmouth, Virginia. Interested contractors must submit their Firm Fixed Price quotations by June 2, 2025, and can contact Timothy Ford at timothy.s.ford@uscg.mil for further details.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
Coal Slag Grit Removal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the removal and disposal of approximately 300 tons of nonhazardous coal slag grit at the U.S. Coast Guard Yard in Baltimore, Maryland. The procurement requires contractors to provide all necessary personnel, equipment, and tools to execute the task, ensuring compliance with safety regulations and operational protocols, including working during designated evening hours. This service is crucial for maintaining safety and compliance within the operational environment of the yard. Interested vendors must submit their quotes via email by April 28, 2025, and can contact SK2 Tyrone Johnson at tyrone.w.johnson@uscg.mil or 571-613-2506 for further information.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
Fuel Tank Transition Sump Replacement at USCG Station Brunswick, GA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of a transition sump in a fuel tank at USCG Station Brunswick, Georgia. This procurement is a combined synopsis/solicitation under solicitation number 70Z036-25-Q-0004, set aside entirely for small businesses, with a NAICS code of 238990 and a size standard of $19 million. The project is critical for maintaining the operational integrity of the emergency generator fuel tank and must be completed within 60 days following contract award, ensuring compliance with various environmental and safety regulations. Interested parties should submit their quotes via email by 5:00 PM EST on April 30, 2025, and may contact SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or (571) 608-4730 for further information.
Oil Water Separator Testing and Pumping
Buyer not available
The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking a contractor for the Oil Water Separator Testing and Pumping project at Cannon Air Force Base in New Mexico. The contractor will be responsible for waste characterization sampling, analysis, and the complete management of the pump-out, cleaning, and disposal of waste from oil-water separators, ensuring compliance with environmental regulations. This procurement is set aside exclusively for small businesses, with a focus on effective waste management solutions, and requires vendors to submit their quotes by April 24, 2025, following a site visit on March 27, 2025. Interested parties can contact Corey Isaacs at corey.isaacs.1@us.af.mil or 575-784-4243 for further details.
USCGC ACTIVE Hot Oil Flushes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide Hot Oil Flush services for the propulsion engines of the USCGC ACTIVE, a 210’ Medium Endurance Cutter. This procurement aims to eliminate contamination from the engine lube oil system following a center section overhaul and prior to the initial engine start, ensuring the proper functioning of critical engine components such as the engine sump and lube oil cooler. The contractor will be responsible for disassembling and reassembling parts of the engine, cleaning full flow relief valves, and supplying all necessary tools, equipment, and qualified personnel with expertise in ALCO 251-B, 251-CE, and 251-F series engines. Proposals must be submitted by April 24, 2025, with a performance period from August 25 to September 5, 2025, and interested parties should contact Joshua Miller at joshua.n.miller@uscg.mil for further details.