Preventative Maintenance and Repair of Oil Water Separators, Interceptors and Sediment Catchment Systems
ID: W912CN-25-Q-A021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

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 Department of the Army, is seeking qualified contractors for the preventative maintenance and repair of oil water separators, interceptors, and sediment catchment systems at various military installations in Oahu, Hawaii. The procurement aims to ensure compliance with federal, state, and local regulations while providing essential environmental services, including the removal, recycling, and disposal of non-hazardous oily fluids, as well as quarterly preventive maintenance and emergency services. This contract, valued at $16.5 million, is a total small business set-aside, emphasizing the government's commitment to engaging small businesses, particularly women-owned enterprises, in critical environmental management tasks. Interested contractors must submit their proposals by June 10, 2025, and can direct inquiries to Travis Tonini at travis.c.tonini.civ@army.mil or Melena D. Faxon at melena.d.faxon.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a contract focused on the maintenance and repair of Oil Water Separator (OWS) systems for non-hazardous oily fluid disposal, targeting women-owned small businesses (WOSB). The primary contract amount is $16.5 million, with services needed from May 2025 to July 2026, potentially extending to subsequent years. Tasks include removal, recycling, and disposal of oily fluids in various quantities, periodic preventive maintenance, emergency services, and compliance with safety standards. The procurement emphasizes a firm-fixed price arrangement across multiple line items and requires participants to submit quotes by June 10, 2025, while also adhering to relevant federal acquisition regulations and clauses. The solicitation seeks to engage small business contractors, particularly those that are economically disadvantaged women-owned. The document lays out a structured approach for service delivery, incorporating significant safety and compliance measures, reinforcing the government’s commitment to supporting small businesses and ensuring environmental stewardship in waste management practices.
    This document details an amendment to a solicitation for proposals within the federal contracting framework. The primary purpose of the amendment is to extend the deadline for submissions, originally set for June 5, 2025, now postponed to June 10, 2025. It outlines the procedures for offerors to acknowledge receipt of the amendment, emphasizing the importance of doing so before the new due date to avoid the rejection of their offers. To modify an existing proposal in light of this amendment, offerors may submit changes via letter or electronic means. The document remains clear on the necessity of acknowledging this change to maintain compliance with solicitation requirements. Furthermore, it inserts administrative adjustments concerning the contract's administration, continuing to uphold the existing terms and conditions except for those explicitly modified. The amendment is administered by the contracting office at Fort Shafter, Hawaii, and the solicitations are managed through a structured federal process. This amendment reflects ongoing efforts to ensure clarity and compliance in the government's procurement practices.
    This document pertains to a government solicitation (W912CN-25-Q-A021) for services related to the maintenance and disposal of oily water separator (OWS) systems and related facilities. It outlines price quotes for various services including quarterly preventive maintenance for OWS systems of varying sizes and annual non-hazardous oily fluids removal, recycling, and disposal services. Each service category includes specifications regarding the volume of oily fluids handled, such as 30-250 gallons and up to 16,000 gallons. The proposal includes a request for emergency unscheduled services and testing of systems for disposal or recycling. There are multiple job classifications, with quotes required for specific tasks alongside stated unit prices, ultimately aiming to provide cost clarity and support financial accountability for government contracts. The document highlights both routine maintenance needs and emergency services, emphasizing the critical nature of proper waste management and equipment upkeep within compliance guidelines. Overall, the solicitation aims to ensure efficient operations and environmental safety concerning oily waste management.
    The document outlines the Performance Work Statement (PWS) for preventive maintenance and repair of oil water separators (OWS), interceptors, and sediment catchment basin systems across various Army installations in Oahu, Hawaii. The primary objective is to ensure compliance with federal, state, and local regulations while providing non-personal services. The PWS details requirements for the contractor in terms of performance expectations, quality control, contractor responsibilities, and environmental compliance. Key sections include guidelines for work management, facility access, emergency service provisions, and contractor qualifications. The document emphasizes safety protocols, training mandates, and detailed contingency plans for emergencies or labor disputes. Performance requirements are set within a specific matrix, indicating acceptable quality limits (AQLs) for various services. The framework serves as a guideline for contractors to deliver efficient maintenance and disposal services while adhering to stringent safety and environmental standards. This PWS is designed to facilitate the smooth execution of ongoing maintenance tasks and ensure the well-being of personnel and the environment during contract performance.
    The document outlines a procurement solicitation specifically for Women-Owned Small Businesses (WOSB) concerning oil and water separator preventative maintenance and repair services. The main solicitation, identified by requisition number W912CN25QA021, is set for an award effective date of May 2, 2025, with a total award amount of $16.5 million. The services required include the removal, recycling, and disposal of non-hazardous oily fluids, quarterly preventive maintenance, emergency unscheduled services, and assessments across various gallon capacity systems. Key deadlines include a bid submission due date of June 5, 2025. The structure consists of several sections, including contractor details, solicitation methodology, pertinent clauses, and service specifications. It emphasizes compliance with Federal Acquisition Regulation (FAR) clauses for commercial products and services, ensuring adherence to legal and regulatory standards. The inclusion of various option line items indicates potential extended services and a clear schedule of performance through July 2026, with prospects for renewal into 2029. This solicitation represents an important effort to engage small businesses in essential environmental services while reinforcing federal initiatives to support women-owned enterprises and maintain compliance with federal standards.
    The document details the installation and gallon capacities for various facilities at military locations, specifically focusing on motorpool wash racks, gas stations, and sediment basins. It presents a comprehensive list of installation sites, including Schofield Barracks, Fort Shafter, and Wheeler, outlining the intended purposes, such as vehicle washing and sediment containment. Each site is assigned a unique identifier along with specific gallon capacities, which vary significantly, indicating the operational scale and needs of each facility. The data suggests a systematic approach to managing liquid waste and vehicle maintenance specific to military operations. This file serves as a reference for resource allocation and regulatory compliance in environmental practices, aligning with broader government initiatives related to RFPs and grants for infrastructure management and environmental sustainability within military bases. Such documentation may support future funding requests or grant proposals aimed at improving facility operations and environmental stewardship.
    The document outlines a series of deliverables for a contractor responsible for maintaining oil/water separator (OWS) systems and other related components. Key tasks include conducting semi-annual maintenance services, providing test results and reports within specified timelines, and submitting a disposal/recycle plan shortly after contract award. The contractor must also present a transition plan, quality control plan, and safety plan to ensure operational proficiency during the service period. Reports detailing preventive maintenance and any identified repairs need to be communicated promptly to the designated government representative. Additionally, the contractor must ensure all personnel are trained and equipped for confined space entry and provide comprehensive documentation, including invoices and parts receipts, within defined timeframes. This framework emphasizes adherence to safety, quality, and regulatory standards in the management of environmental systems, reflecting the government’s commitment to effective service delivery and environmental compliance.
    The government solicitation file details the current contract for services provided by Anchor Pacific Resource Management, identified by contract number W912CN-20-D-0010. The total value of the contract is $776,470.00, with the current year's service value set at $215,940.00. There is no Statement of Work (SOW) included; however, a performance work statement (PWS) is available on SAM.gov. A request for pricing information under the Freedom of Information Act has been made, reiterating the total contract value. Additionally, there will be no further opportunities for site visits as part of this solicitation process. This document serves to clarify contract details, procedural inquiries, and the availability of associated documentation, reflecting the federal government's procurement communication framework.
    The document serves as a register of wage determinations under the Service Contract Act by the U.S. Department of Labor, detailing the minimum wage rates that contractors must pay workers covered by federal contracts. The wage determination number, revisions, and applicable executive orders such as 14026 and 13658 are specified, dictating minimum wage requirements based on contract award dates. For contracts post-January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, set a minimum of $13.30, unless otherwise specified. The document includes comprehensive lists of occupation codes along with corresponding wage rates and fringe benefits across various sectors, including administrative, automotive, food service, health occupations, and technical roles. Additional information outlines contractor obligations regarding paid sick leave under Executive Order 13706, health and welfare benefits, vacation, and holiday allowances. Also discussed are regulations for uniforms and hazardous pay differentials. This register is integral for ensuring that government contracts comply with labor standards and provide fair compensation for service workers across diverse roles.
    Similar Opportunities
    Kahauiki Stream Maintenance Dredging, Phase 2, Fort Shafter Flats, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Kahauiki Stream Maintenance Dredging, Phase 2 project located at Fort Shafter Flats, Oahu, Hawaii. This design-bid-build project involves dredging and clearing two sections of Kahauiki Stream, cleaning two existing concrete culverts, and potentially replacing one culvert, with a focus on environmental compliance and best management practices throughout the process. The work is critical for maintaining the integrity of local waterways and ensuring proper drainage, which is vital for the surrounding infrastructure. Interested small businesses are encouraged to reach out to Kristin Schultz at kristin.e.schultz@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    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.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for a potential design-bid-build construction project to relocate deep wells at Schofield Barracks, Oahu, Hawaii. The project involves drilling four wells approximately 800 feet deep, with a capacity to deliver a minimum of 2,000 gallons per minute, and includes the construction of a protective roof structure for the motors. This initiative is critical for ensuring a reliable water supply to meet peak demand during the summer months. Interested contractors must submit their qualifications by January 5, 2026, with a project magnitude estimated between $50 million and $100 million. For inquiries, contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is seeking letters of interest from prime contractors for a potential Design-Bid-Build construction project focused on maintenance dredging and revetted mole repair at Haleiwa Small Boat Harbor in Oahu, Hawaii. The project aims to restore the harbor to its authorized depths and ensure safe vessel navigation by conducting mechanical clamshell dredging to remove approximately 4,500 cubic yards of accumulated sediment, alongside necessary repairs to the revetted mole structure. Interested contractors must demonstrate relevant experience and capabilities, with an estimated project value between $2 million and $5 million, and responses are due by 2:00 p.m. Hawaii Standard Time on December 24, 2025, to the designated contacts, Jenna Lum and Jennifer Ko.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.