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
    Description

    The Department of Defense, specifically the U.S. Army, is seeking a contractor to provide gray water support services at Fort Hunter Liggett, California, during the 2025 Combat Support Training Exercise. The contractor will be responsible for collecting, storing, removing, and disposing of up to 940,000 gallons of gray water daily, utilizing specified hard plastic containers and ensuring compliance with environmental and safety regulations. This procurement is particularly significant as it aims to enhance operational efficiency during military training while promoting opportunities for small businesses, especially those owned by women. Interested vendors should contact Breanna Huff at breanna.d.huff.civ@army.mil, with the contract period running from May 27 to June 17, 2025, and all proposals due by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation for a contract related to gray water disposal services. It outlines the process for acknowledgment of the amendment by interested vendors, emphasizing the importance of timely communication. The amendment updates project specifications, such as the removal of government-provided gray water disposal locations and clarifying that contractors will be responsible for finding disposal sites. Key vendor questions regarding equipment specifications, particularly regarding the required hard plastic containers for gray water, and the absence of an incumbent contractor, have been answered. The document also details contractual obligations, insurance requirements, and performance assessment procedures through the Contractor Performance Assessment Reports System (CPARS). Compliance with federal, state, and local laws is mandatory, and multiple attachments provide additional project detail such as deliverables and maps. Overall, the amendment aims to ensure clarity and compliance for contractors bidding on the service, aligning with government procurement processes and standards.
    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.
    The 84th Training Command seeks a contractor to provide Gray Water Support during the 2025 Combat Support Training Exercise at Fort Hunter Liggett, CA. This fixed-price contract covers collecting, storing, removing, and disposing of up to 940,000 gallons of gray water daily from various training areas, requiring the contractor to supply all necessary personnel, equipment, and materials. The contract duration is from May 27 to June 17, 2025, with specific timelines for setup, operation, and removal of gray water containers. Key responsibilities include maintaining service logs for gray water removal, monitoring container levels, and handling spills as per regulatory standards. Personnel must complete anti-terrorism and operations security training, and every contractor employee is required to wear ID badges. Quality control measures are emphasized, with nonconformance levels specified for corrective actions. The contractor will be responsible for all safety regulations and maintaining equipment in compliance with safety standards. The contract is designed to ensure efficient support during military training while adhering to environmental and safety requirements.
    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.
    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.
    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.
    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.
    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.
    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
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    Bottled Water Supply Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking qualified vendors to provide Bottled Water Supply Services for various locations within Maryland. The procurement requires the delivery of Natural Spring Water in multiple container sizes, including 5-gallon, 1-gallon, and 0.5-liter bottles, all of which must be BPA-free and meet specific safety and quality standards. This service is crucial for supporting the Directorate of Public Works and ensuring access to potable drinking water across multiple APG sites. Interested vendors must submit their capability statements and responses to a detailed questionnaire by December 18, 2025, at 3:00 PM ET, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    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.
    AUD Water and Wastewater Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure water and wastewater services at Fort Gordon, Georgia. This opportunity is categorized under a Justification and Approval notice, indicating a specific need for these utilities to support military operations. The provision of reliable water and wastewater services is critical for maintaining operational readiness and ensuring the health and safety of personnel. Interested vendors can reach out to Saide Henderson at saide.a.henderson.civ@army.mil for further details regarding this procurement opportunity.
    PLA Market Survey - Fort Hunter Liggett, CA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a Project Labor Agreement (PLA) Market Survey for a significant construction project at Fort Hunter Liggett, California. The project involves modernizing the potable water transmission and storage infrastructure, which includes installing a new 5.25-mile transmission line, constructing two new storage tanks, building an access road, and upgrading existing well facilities, with an estimated cost exceeding $35 million. The survey aims to gather insights from the construction community regarding the potential use of PLAs to enhance efficiency and labor stability for this large-scale project. Interested parties are encouraged to submit their comments and feedback via email to Adam M. Brooks by 2:00 PM Eastern Standard Time on December 16, 2025.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    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.
    Water Quality Testing Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    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.