Grey Water Support for Fort hunter Liggett, CA
ID: W911SA25QA093Type: 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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide gray water support services at Fort Hunter Liggett, California, during the Combat Support Training Exercise (CSTX) scheduled from May 27 to June 17, 2025. The contractor will be responsible for the collection, storage, removal, and disposal of gray water, requiring the provision of 49 hard plastic containers with varying capacities to manage up to 51,000 gallons of gray water daily. This procurement is crucial for ensuring effective waste management during military training operations while adhering to federal safety and environmental standards. Interested small businesses, particularly women-owned small businesses, should contact Breanna Huff at breanna.d.huff.civ@army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The Performance Work Statement (PWS) outlines the contractual requirements for the 84th Training Command and 91st Training Division regarding Gray Water Support during the Combat Support Training Exercise (CSTX) from May 27 to June 17, 2025, at Fort Hunter Liggett, CA. The Contractor is tasked with providing all necessary personnel, equipment, and resources for gray water collection, storage, removal, and disposal, including 49 water containers of varying capacities. The document stipulates safety regulations, quality control measures, and employee training requirements, including anti-terrorism and operational security courses. It also details the contractor's responsibilities for monitoring equipment, maintaining service logs, and reporting spills and non-conformances. The aim is to ensure comprehensive support for Army training activities while adhering to federal safety and performance standards. This contract emphasizes the importance of quality assurance and communication between the contractor and government representatives throughout the operation period.
Apr 3, 2025, 8:05 PM UTC
The Contract Requirements Package for Antiterrorism/Operations Security Review outlines procedures for evaluating and documenting the Statement of Work (SOW), Performance Work Statement (PWS), and related security measures for federal contracts. It mandates that all requirements packages include a signed cover sheet from a certified Antiterrorism Officer (ATO) to ensure compliance with Army policies, except for specific low-threshold supply contracts. Key elements include mandatory training for contractor personnel on antiterrorism, operations security, and information assurance. Review processes are established for contracts requiring formal security measures, background checks, and access to classified information. The document emphasizes adherence to established military training and security standards to protect personnel and information, regardless of the contract's dollar value. It plays a critical role in ensuring that contractors meet necessary security protocols, especially in high-risk environments or when working with sensitive data. Overall, this package serves to enhance operational readiness and safety in alignment with U.S. Army policy.
Apr 3, 2025, 8:05 PM UTC
The government file outlines the performance requirements for a contractor tasked with gray water collection and removal at Fort Hunter Liggett. It specifies the provision of eighteen 1,000-gallon and twenty-six 3,000-gallon hard plastic containers to manage gray water from various sources at designated training locations. The contractor must ensure the capacity to remove and dispose of up to 51,000 gallons of gray water daily, totaling a maximum of 982,000 gallons during the project's duration. Performance standards require a 100% success rate for container provision and a 95% threshold for gray water removal, with incentives such as positive ratings and full payment for meeting the standards. Conversely, failure to meet these standards may result in corrective action reports and potential reductions in payment. The purpose of this file is to establish clear expectations and accountability for contractors involved in gray water management, highlighting the standards necessary for compliance in a government context. This structured performance-based approach reflects the federal government's effort to ensure effective service delivery and environmental stewardship in training environments.
Apr 3, 2025, 8:05 PM UTC
The document outlines the deliverables schedule for a federal contract, detailing timelines and methods for submitting essential personnel and training documentation. Key deadlines include submitting lists of contract employees and their identification badges, along with various required training certifications (such as AT Level I and OPSEC Awareness), all due five days prior to the contract start date or before new employees commence work. Invoices must be submitted by the end of the month following service completion, and service/disposal logs and spill/accident logs are due within seven days after the period of performance. All submissions should be made digitally via email to the Contracting Officer's Representative (COR). This comprehensive schedule is critical for ensuring compliance and accountability within the contract's execution, aligning with federal regulations for timely reporting and personnel management.
Apr 3, 2025, 8:05 PM UTC
The document outlines the Wage Determination Log relevant to Federal projects at Fort Hunter Liggett, located in Monterey County, California. It references Wage Determination Number 2015-5633 and includes a facility ID of 22, with a revision date noted as December 22, 2024. To access the full details of the wage determination by location, users are directed to the website sam.gov, where they can search for the specified wage determination number. The document serves as an essential resource for contractors and government agencies involved in federal RFPs and grants, ensuring compliance with wage standards applicable to workers on federally funded projects. Overall, it emphasizes the need for adherence to established wage determinations in the bidding and execution processes of government contracts.
Apr 3, 2025, 8:05 PM UTC
The document outlines a list of greywater distribution systems (FHL) associated with various Tactical Areas of Operations (TAAs). It includes specific capacities for each node, detailing the gallon capacities of the greywater tanks (one at 1,000 gallons and another at 3,000 gallons), and identifies various TAA designations—such as EAGLE, FALCON, HAWK, JAY, LARK, BUZZARD, and MALLARD—with associated node designations and locations. Each TAA is represented by a corresponding code, and their operational statuses are noted, indicating their readiness and distribution capabilities. The structure effectively organizes the critical information necessary for planning and coordination in efforts tied to federal or state RFPs and grants aimed at improving infrastructure management and resource distribution. Overall, the document serves as a technical database, relevant for assessing operational readiness and environmental management strategies within a governmental or municipal context.
Apr 3, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) from the U.S. Army for a contract related to gray water management at Fort Hunter Liggett, CA. The acquisition is aimed at women-owned small businesses (WOSB) and entails providing gray water storage solutions and removal services. Specifically, the contractor must supply hard plastic containers for gray water, manage storage, and dispose of significant volumes of gray water produced during military operations. Key details include specifications for container sizes, delivery timelines, pricing arrangements, and regulatory compliance clauses, accompanied by mandatory clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The solicitation includes a detailed breakdown of deliverables, required insurance provisions, contractor performance assessment requirements, and compliance with federal, state, and local laws. The overarching goal of this procurement is to enhance efficiency in handling gray water, ensuring adherence to environmental regulations while promoting opportunities for women-owned small businesses.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Portable Toilets & Washing Stations
Buyer not available
The Department of Defense, specifically the Connecticut Army National Guard (CTARNG), is seeking proposals for the provision of portable toilets, handwashing stations, and wastewater holding tanks to support annual training activities at Fort Drum, New York. The contract requires the delivery, servicing, and removal of 40 portable toilets, 15 handwashing stations, and four wastewater holding tanks, with specific cleaning and maintenance schedules outlined for the duration of the training from May 30 to June 11, 2025. This procurement is critical for ensuring sanitary conditions for approximately 250 soldiers operating in a field environment where traditional sanitation services are unavailable. Interested vendors must submit their quotes by April 16, 2025, at 2:00 p.m. Eastern Time, and can direct inquiries to Leslie Fedler at leslie.a.fedler.civ@army.mil.
500 Gallon Water Trailer
Buyer not available
The Department of Defense, specifically the U.S. Army at Fort Moore, Georgia, is soliciting proposals for the procurement of 500-gallon water trailers designed for potable water storage. These trailers must be constructed from 10-gauge Type 304L stainless steel, comply with NSF/ANSI 61 standards for safe drinking water, and include features such as double-walled insulation and various plumbing specifications. This procurement is particularly aimed at enhancing opportunities for Women-Owned Small Businesses (WOSB) while ensuring that the military receives essential equipment that meets stringent operational and safety standards. Interested vendors must submit their proposals electronically by April 30, 2025, and can direct inquiries to the contracting officer, LaShun Littleton, at lashun.m.littleton.civ@army.mil or by phone at 520-669-5267.
Non-Sewer Portable Latrines and Handwash Stations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-sewer portable latrines and hand wash stations to support training facilities at the National Training Center (NTC) and surrounding areas of Fort Irwin, California. The contract requires the contractor to deliver, set up, service, relocate, and remove the equipment, ensuring that latrines and hand wash stations are maintained in fully serviceable condition at all times, adhering to specified ratios and environmental standards. This procurement is critical for maintaining functional sanitation facilities that meet military training needs, particularly in the challenging desert terrain of the region. Interested parties must submit their capabilities statements by April 24, 2025, to Theresa Rodriguez and Tamaria R. Baker via email, with the requirement that the contractor must be a Service-Disabled Veteran-Owned Small Business (SDVOSB) and capable of performing at least 50% of the work.
Chemical Latrines & Pumping
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is soliciting quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement involves the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from various septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract is crucial for ensuring hygiene in military operations and public venues, reflecting the government's commitment to maintaining operational efficiency and safety. Interested small businesses must submit their quotes by May 13, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
Refuse - Fort Irwin, CA
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse services at Fort Irwin, California, under a total small business set-aside contract. The procurement involves managing waste through the provision of labor, materials, and equipment, including servicing two 40-yard open-top containers, with a contract performance period from May 25, 2025, to June 15, 2025. This contract is critical for maintaining operational efficiency during military training operations, ensuring compliance with federal standards and quality control measures. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or call 502-898-1254 for further details, with the estimated contract value being approximately $47 million.
Shower and Laundry Trailers for Edwards Air Force Base, CA
Buyer not available
The Department of Defense, through the Department of the Army, is seeking quotes for the provision of shower and laundry trailers at Edwards Air Force Base in California. The contract, designated as W911SA25QA119, aims to support Army Reserve training events by supplying two shower trailers and one laundry trailer, complete with necessary equipment and maintenance over a three-week period from May 25 to June 15, 2025. This procurement is particularly significant as it emphasizes compliance with federal regulations and encourages participation from Women-Owned Small Businesses (WOSB) and other small business entities. Interested vendors should direct inquiries to Breanna Huff at breanna.d.huff.civ@army.mil, and must adhere to the specified timelines for submission of quotes and required documentation.
Shafer Dam/Success Lake Water Testing
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for water testing services at Success Lake, located near Porterville, California. The contractor will be responsible for conducting monthly water quality tests at five designated sites, ensuring compliance with California state standards, and reporting results to the Operations Project Manager. This procurement is crucial for maintaining public health and environmental standards, emphasizing the importance of rigorous water quality monitoring. Interested small businesses, particularly women-owned small businesses, must submit their proposals by the specified deadlines, with inquiries directed to Luis Valencia at luis.a.valencia@usace.army.mil. The contract period spans from June 2025 to May 2026, with options for four additional years, and will be awarded based on a Firm Fixed Price arrangement.
CENTAM GUARDIAN 25 CHEMICAL LATRINES AND SHOWER SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of chemical latrines, hand washing stations, and shower services in Guatemala under the contract titled "CENTAM GUARDIAN 25." The contractor will be responsible for delivering, maintaining, and cleaning these sanitation facilities, ensuring compliance with quality standards, local laws, and safety regulations throughout the contract period from May 10 to May 25, 2025. This procurement is crucial for supporting U.S. military operations in the region, emphasizing environmental compliance and worker safety while enhancing service quality for personnel. Interested contractors must submit their proposals by April 17, 2025, and can contact Phillip Magliba at phillip.t.magliba.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further information.
Solid Waste Management
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground (USAYPG) in Arizona, is seeking quotes for solid waste management services under a total small business set-aside contract. The contractor will be responsible for providing comprehensive solid waste removal, including the provision of dumpsters and roll-off receptacles, in accordance with the Performance Work Statement (PWS) and associated technical exhibits. This procurement is critical for maintaining environmental sustainability and operational readiness at the facility, ensuring compliance with federal, state, and local regulations. Interested parties must submit their quotations by May 13, 2025, with all inquiries directed to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
Sanitation Support at Camp Navajo, AZ June 2025
Buyer not available
The Department of Defense, through the Nevada Army National Guard, is soliciting quotes for sanitation support services at Camp Navajo in Bellemont, Arizona, scheduled for June 2025. The procurement involves providing portable sanitation facilities, including restrooms and handwashing stations, for two separate military training events: one for the 240th Engineering Company from June 1-8 and another for the 1864th Medical Company Team from June 17-26. This initiative is crucial for maintaining hygiene and sanitation standards during military operations, ensuring the health and readiness of personnel. Interested small businesses must submit their quotes by April 22, 2025, to Gregory P. Kothman at gregory.p.kothman.civ@army.mil, with a focus on compliance with solicitation requirements and competitive pricing.