Sanitation Tank Cleaning
ID: N4215825QS004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified contractors for a federal contract focused on the cleaning of the Operations Sanitary Tank on an S6G Class Moored Training Ship. The objective is to ensure the tank is cleaned to a standard that allows for safe entry and work, adhering to specific cleaning procedures and safety protocols outlined in the Statement of Work. This contract is crucial for maintaining operational readiness and safety standards within naval operations, reflecting the importance of effective waste management services in military settings. Interested small businesses must submit their quotes by February 10, 2025, following a site visit scheduled for February 5, 2025, and are required to register in the System for Award Management (SAM) to be eligible for the award. For further inquiries, contact Jhakira Weathers at jhakira.e.weathers.civ@us.navy.mil or Lillian Kwong at lillian.l.kwong.civ@us.navy.mil.

Files
Title
Posted
Jan 28, 2025, 6:12 PM UTC
The document is a Joint Base Charleston (JB CHS) Base Access Worksheet, intended for contractors seeking access to work under Air Force contracts. It outlines the required personal information from applicants, including identification details such as driver's license numbers, phone numbers, and Social Security Numbers, necessary for background checks and determining access suitability. Key sections detail the information needed from the applicant (Section A), access specifics (Section B), and sponsorship details (Section C). The document clarifies that a copy of Real ID compliant identification is mandatory and emphasizes the sponsor's role in the application process. The procedures for obtaining access are explained, noting potential delays in processing applications and stipulating rules surrounding badge issuance, maintenance, and return of passes. Failure to comply with the guidelines can lead to denial of access. The document also underscores the importance of accurate information submission for successful application processing. Overall, it serves as a formal framework to ensure security measures while allowing necessary access for contractors, reflecting the government's commitment to maintaining safety standards at military installations.
Jan 28, 2025, 6:12 PM UTC
Jan 28, 2025, 6:12 PM UTC
This addendum addresses a specific contract for the cleaning of a sanitation tank. The contract involves the cleaning of one tank with a capacity of 1,829 gallons, measuring approximately 22 feet long, 2.75 feet wide, and 4.75 feet tall. The contractor is responsible for the removal of any debris from the tank, as the site will allow it to be filled and flushed as needed. Access to the ship where the tank is located will require a NPTU Site Badge for contractor personnel; escort is necessary for those with white badges. The document clarifies these essential details to streamline the contracting process within the context of federal RFPs, ensuring that contractors understand their responsibilities and access requirements to effectively fulfill the contract.
Jan 28, 2025, 6:12 PM UTC
The document addresses a specific query related to contractor operations within a project that involves washing a tank. It confirms that contractors will have access to an on-site connection to potable water, which is necessary for using pressure washers during the cleaning process. This information serves to clarify logistical support provided to contractors, ensuring they have the resources needed for their work. This addendum is part of a larger governmental Request for Proposals (RFP) or grant solicitation, which typically includes details on project requirements and available facilities, crucial for prospective contractors in planning their execution strategies.
Jan 28, 2025, 6:12 PM UTC
This document serves as a combined synopsis and solicitation (RFQ number N4215825QS004) for a federal contract related to the cleaning of an Operations Sanitary Tank, ensuring it meets safety standards for entry. The contract is set aside for small businesses with a deadline for quotes on February 10, 2025, and a site visit scheduled for February 5, 2025. Prospective bidders must submit base access forms by January 24, 2025, and all quotes need to include specific details, including pricing and technical capabilities. The evaluation of bids will adhere to a Lowest Price Technically Acceptable (LPTA) criterion, and all vendors must be registered in the System for Award Management (SAM) to be eligible. Additional pertinent FAR provisions and clauses are also referenced, alongside a list of necessary attachments including a draft statement of work and security requirements. This solicitation underscores the federal government's effort to engage small businesses in fulfilling commercial services while adhering to established procurement regulations.
Jan 28, 2025, 6:12 PM UTC
This document is a combined synopsis/solicitation for commercial services related to cleaning the Operations Sanitary Tank at a military facility. The RFQ number is N4215825QS004, and it emphasizes that this is a Small Business Set-Aside. The solicitation, effective from January 3, 2025, outlines the relevant FAR and DFARS provisions, with the NAICS Code specified as 562998. A site visit is scheduled for February 3, 2025, and interested vendors must submit Base Access forms by January 24, 2025. Questions about the solicitation must be submitted by January 20, 2025. The Period of Performance is from March 17 to May 16, 2025, with the evaluation based on the Lowest Price Technically Acceptable (LPTA) method. Vendors must provide their quotes in specific formats by the closing date of February 10, 2025. Registration in the System for Award Management (SAM) is required to be eligible for an award. Attachments include the Draft Statement of Work (SOW) and security operation plans. The document seeks to engage potential contractors to ensure compliance with technical standards while maintaining a competitive bidding process.
Jan 28, 2025, 6:12 PM UTC
The document outlines the Statement of Work for cleaning the Operations Sanitary Tank on an S6G Class Moored Training Ship (MTS) by the Norfolk Naval Shipyard. The scope requires that the tank be cleaned to a standard that allows for safe entry and work, adhering to specific cleaning procedures indicated in referenced documents. The contract period is set from October 23, 2024, to May 3, 2025, with services scheduled in coordination with government officials. Key responsibilities are assigned between the contractor, NNSY, and the ship’s force, with contractors required to submit technical documents, possess necessary security clearances, and follow safety regulations. The plan emphasizes safety protocols, adherence to OSHA requirements, and environmental protections during the cleaning process. Specific tasks include ensuring the tank is gas-free, using approved cleaning methods, and maintaining cleanliness at the worksite. Security measures are notably stringent, necessitating Defense Biometric Identification System (DBIDS) access for contractors, and clear policies against portable electronic devices in submarine areas. Any additional work outside the scope of the contract must be authorized in writing. The document serves as a detailed guideline for compliance with stringent military and safety standards, ensuring effective execution of the cleanup project.
The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Plan for Contractors outlines mandatory security practices that ensure sensitive information is protected during contractual activities. It requires contractors to implement a structured OPSEC process that includes identifying critical information (CI), analyzing threats and vulnerabilities, assessing risks, and applying appropriate countermeasures. The plan highlights the responsibility of the Prime contractor to oversee OPSEC training and adherence among all personnel and subcontractors. It specifies compliance measures for handling Controlled Unclassified Information (CUI) and mandates that sensitive information must not be disclosed publicly or through unauthorized channels. The document also establishes guidelines related to the use of portable electronic devices, requiring prior authorization for their use in sensitive areas. In case of any disclosure or compromise of CI, immediate reporting to security authorities is required. Overall, the OPSEC plan serves to safeguard mission-critical information and outlines severe penalties for violations, ensuring contractors are fully aware of their obligations regarding national security interests.
Jan 28, 2025, 6:12 PM UTC
The document outlines the Operations Security (OPSEC) contract requirements for the Norfolk Naval Shipyard (NNSY). OPSEC aims to safeguard sensitive information, termed Critical Information (CI), to prevent unauthorized disclosure. Contractors must establish an OPSEC Plan post-award, detailing their OPSEC activities, which includes sending the plan to contracting officials securely. All contractors and subcontractors are responsible for protecting both classified and unclassified information during the contract's execution. Key responsibilities highlighted include avoiding SI disclosure, managing Controlled Unclassified Information (CUI), and adhering to strict regulations regarding communication and media interaction. The document forbids social media posts or the dissemination of any CI and mandates the report of any unauthorized disclosures. Additionally, it emphasizes the careful handling of portable electronic devices (PEDs) and provides a list of critical information and countermeasures to mitigate risks. Overall, the purpose is to ensure careful oversight and control of information security processes to minimize risks associated with the naval shipyard operations, reflecting the importance of OPSEC in governmental contracts and operations within the Department of Defense framework.
Lifecycle
Title
Type
Sanitation Tank Cleaning
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Hull Clean
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for hull cleaning services for the USCGC DAVID DUREN, scheduled between May 5 and May 24, 2025. The contractor will be responsible for cleaning the underwater surfaces of the vessel, renewing zinc anodes, and ensuring compliance with Coast Guard standards while preserving existing coatings. This procurement is critical for maintaining the operational readiness and integrity of the vessel, which is essential for maritime safety and security. Interested contractors must submit their firm fixed price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
CLN AGT,AXAREL
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of CLN AGT,AXAREL, a cleaning and polishing compound, under a total small business set-aside contract. The procurement aims to fulfill specific material and physical requirements as outlined in the associated drawings and specifications, ensuring compliance with military standards for quality and inspection. This contract is crucial for maintaining the operational readiness of naval equipment and facilities, emphasizing the importance of high-quality sanitation products. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, with proposals due by the specified deadline.
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.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," focusing on comprehensive repair services including drydocking, hull cleaning, painting, and compliance inspections. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure the vessel meets operational and regulatory standards, with a performance period of 30 days from the vessel's delivery to the contractor's facility. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in environmental management and navigation safety. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Matthew Rhoads or Domenic Sestito via their provided email addresses, with the solicitation documents available exclusively on SAM.gov.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
COASTAL TANKER CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for an extended-term time charter of a shallow draft tanker. The procurement aims to secure a clean, U.S. flagged, double hull tanker with a minimum carrying capacity of 40,000 barrels, designed for worldwide delivery, particularly in the Sea of Japan and Western Pacific. This initiative is crucial for enhancing the MSC's sealift capabilities and ensuring operational readiness and logistical support. Interested parties must submit detailed company and vessel information, including availability and pricing, by April 24, 2025. For inquiries, contact Yvonne Escoto at yvonne.escoto.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
Ft. Walker Sanitation Services
Buyer not available
The Department of Defense, through the Naval Special Warfare Command (NSWC), is seeking qualified small businesses to provide quarterly sanitation services at Fort Walker, Virginia. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, under which Firm Fixed Price (FFP) Task Orders will be issued, with an estimated minimum contract value of $2,000 and a maximum value of $75,000. This service is crucial for maintaining hygiene and sanitation standards at the facility, and the acquisition will be conducted in accordance with the Federal Acquisition Regulation (FAR) guidelines, specifically utilizing a 100% small business set-aside. Interested parties can reach out to Ava Groll at ava.s.groll.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil for further information.
MK VI Storage Laydown and Maintenance Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide storage, laydown, and maintenance support services for three MK VI Patrol Boats. The contractor will be responsible for all personnel, equipment, materials, and quality control necessary for the services, which will take place at the contractor's facility, beginning May 1, 2025, for a period of one to four months, with the possibility of two one-month extensions. This procurement is a total small business set-aside under NAICS code 336611, emphasizing the importance of engaging small businesses in fulfilling government contracts. Interested parties must submit their quotes by 11:00 AM local time on April 18, 2025, and can direct inquiries to MSgt Timothy Frasier at timothy.frasier@us.af.mil or MSgt Thomas Emery at thomas.emery.2@us.af.mil.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.