Oil Water Separators
ID: FA2517-25-Q-0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the management of oil and water separators (OWS) at Peterson Space Force Base and Cheyenne Mountain Space Force Station. The procurement involves comprehensive services including inspection, cleaning, and maintenance of OWS, grease traps, and septic tanks, ensuring compliance with federal, state, and local environmental regulations. These services are critical for maintaining environmental integrity and operational readiness at military installations. Interested small businesses must submit their quotations by March 21, 2025, and can direct inquiries to Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.

    Files
    Title
    Posted
    This document outlines the contract clauses relevant to a federal government Request for Proposal (RFP) FA251725Q0018. It includes clauses that govern various aspects of contract execution, vendor requirements, and compliance. Key topics are the responsibilities of the contracting officer, stipulations regarding the treatment of former Department of Defense (DoD) officials, whistleblower protections, cybersecurity protocols, and regulations for unique item identification and valuation. Critical components involve definitions of terms related to unique item identifiers, guidelines for reporting, and requirements surrounding subcontracting for commercial products. The document emphasizes compliance with several laws, including those prohibiting business with specific regimes, and highlights the necessary certifications for offerors, such as representations and certifications regarding small business status and compliance with labor laws. These clauses are crucial for ensuring that all parties adhere to federal regulations and maintain integrity throughout the contractual process. The emphasis on cybersecurity, anti-terrorism training, and environmental protections illustrates the government's commitment to secure and responsible contracting practices. This document serves as a guide for potential contractors on the requirements they must meet to engage with the federal government responsibly.
    The Performance Work Statement (PWS) outlines the requirements for managing oil and water separators (OWS), sand sediments, grease traps, and septic tanks at Peterson Space Force Base (PSFB) and Cheyenne Mountain Space Force Station (CMSFS). The contractor is tasked with providing all necessary services, including inspection, pumping, cleaning, and waste disposal, in compliance with various federal, state, and local environmental regulations and safety standards, including OSHA requirements. Key responsibilities include regular maintenance and emergency services, with specific timelines for responding to service calls, and detailed reporting requirements on waste management. The contractor must ensure that all personnel are trained for confined space entry, manage potential hazards during their work, and maintain compliance with safety protocols. Operational guidelines dictate service hours, holiday scheduling, and guidelines for processing at security checkpoints. Detailed sections specify the estimated workload for maintenance tasks, ensuring services are provided according to outlined frequencies for OWS, grease traps, and septic tanks. The document serves to ensure effective environmental compliance and operational efficiency, critical to maintaining the base's environmental integrity while adhering to necessary governmental standards. Overall, it reflects the Department of Defense's commitment to maintaining operational readiness through proper waste management and environmental stewardship.
    The document presents the Oil & Water Separator (OWS) Price Sheet for Solicitation # FA2517-25-Q-0018, detailing the pricing structure for OWS services over five fiscal years, beginning in FY25. Each year includes a Base Year and four Option Years, with services categorized under two Customer Locations: PSFB (unit cost) and CMSFS (unit cost), both billed on a monthly basis for 12 months in each fiscal year. Additionally, a 6-Month Extension option is outlined, extending services for an additional six months if required. The file is structured to specify the Contract Line Item Numbers (CLINs) for each service, quantity, and cost per item, emphasizing the iterative nature of budgeting and fiscal planning for OWS services. Overall, the document serves as a formal pricing and service proposal for federal procurement, reflecting a systematic approach to maintenance and environmental compliance in operations related to oil and water separation necessary for environmental protection and service efficiency.
    The document appears to be fragmentary and largely unintelligible due to corruption and data loss, rendering a coherent analysis challenging. However, it seems to involve content related to federal and state/local Requests for Proposals (RFPs) and grants. Based on identifiable sections, the primary focus seems to relate to the application, administration, and oversight of various funding opportunities and contracting processes within federal and state agencies. Key themes may include project proposals, funding criteria, and compliance requirements. The structure, while unclear due to data issues, indicates a potential organization around criteria for application submission, timelines, and eligibility for federal grants and funding through RFPs. The emphasis is likely on ensuring adherence to legal and regulatory standards required for successful proposal submissions. The overarching purpose of such documents within government contexts is to facilitate the allocation of resources effectively while ensuring that eligible projects adhere to established guidelines and standards. Despite the corruption of data making it difficult to convey detailed information, the document seems to aim at guiding stakeholders through the complexities of securing government funding and aligning projects with governmental priorities and compliance mandates.
    The 21st Contracting Squadron has issued a Request for Quotation (RFQ) for commercial services to manage waste systems at Peterson and Cheyenne Mountain Space Force Bases. This solicitation, FA2517-25-Q-0018, is a 100% small business set-aside, requiring Offerors to meet certain qualifications, including registration in the System for Award Management (SAM). The contract, anticipated to be awarded based on the lowest price technically acceptable, involves tasks like inspecting and cleaning oil/water separators and septic tanks, adhering to federal and OSHA standards. The projected performance period spans from May 5, 2025, to May 4, 2030, with options for extension. Quotations must include a cover letter, technical detailing of service methods, and price details, with a submission deadline of March 21, 2025. Offerors must also disclose any conflicts of interest and ensure compliance with all solicitation requirements. The government reserves the right to cancel the RFQ without reimbursement for submitted costs. This RFQ emphasizes the importance of comprehensive proposals that not only describe the approach but also demonstrate a clear understanding of federal regulations and standards.
    Lifecycle
    Title
    Type
    Oil Water Separators
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Grease Trap Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grease trap maintenance services at Goodfellow Air Force Base in Texas. The contractor will be responsible for the comprehensive servicing of grease traps, including pumping, cleaning, scraping, and disposing of waste, with services required on a monthly and quarterly basis as outlined in the Performance Work Statement (PWS). This maintenance is crucial for ensuring compliance with environmental regulations and maintaining operational efficiency at the base. Interested small businesses must submit their quotes by December 23, 2024, with a pre-quote site visit scheduled for December 10, 2024. For further inquiries, potential contractors can contact SSgt Robert Cosper at robert.cosper@us.af.mil or TSgt Patrick Berger at patrick.berger@us.af.mil.
    Grease Trap Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grease trap cleaning services at Holloman Air Force Base in New Mexico. The procurement involves a comprehensive service contract that includes complete pumping, cleaning, and disposal of waste from designated facilities, adhering to federal, state, and local regulations, with a service schedule requiring tri-annual cleanouts every four months. This contract is crucial for maintaining effective waste management practices and ensuring environmental compliance at multiple facilities, with a total estimated value of $25,000 over five years, potentially increasing to $27,500 with an extension. Interested small businesses must submit their proposals by March 5, 2025, and are encouraged to contact Kitty Williams at katrina.williams.9@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil for further information.
    Oil Sample Testing PSFB
    Buyer not available
    The Department of Defense, specifically the United States Space Force, is soliciting quotes for oil sample testing services at Peterson Space Force Base in Colorado. This procurement aims to conduct tests on 190 transformers and 5 switches to analyze the insulating oil's condition, adhering to ASTM and IEEE standards, and ensuring compliance with safety regulations. The selected contractor will play a crucial role in maintaining the operational integrity of critical infrastructure by assessing the performance of electrical equipment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by 12:00 PM (MT) on February 25, 2025, with a requirement for a valid quote for 60 days post-submission. For further inquiries, potential bidders can contact Aaron Smith at aaron.smith.103@spaceforce.mil or 719-556-9087.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    Fort Sill Post Wide Pumping Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for liquid waste pumping services at Fort Sill, Oklahoma, under solicitation number W9124L25B0003. The contract, which is set aside for small businesses, requires comprehensive pumping and cleaning services for grease interceptors, sand/oil interceptors, and pit latrines, ensuring compliance with federal, state, and local regulations. These services are critical for maintaining sanitation and environmental standards at military installations. Interested contractors must submit their bids electronically or via hard copy by February 25, 2025, at 1:00 PM CST, and are encouraged to attend a site visit on January 22, 2025, to familiarize themselves with the facilities involved. For further inquiries, potential bidders can contact Indigo Delacruz at indigo.a.delacruz.civ@army.mil or Jesslyan Ortiz Albino at jesslyan.m.ortizalbino.civ@army.mil.
    FSGA and HAAF Grease Traps
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Grease Traps, Lift Stations, and Used Cooking Oil Pick-up Services at Fort Stewart and Hunter Army Airfield in Georgia, with a contract start date of September 1, 2025. The procurement aims to ensure effective waste management while maintaining compliance with federal, state, and local regulations, emphasizing quality assurance and minimal disruption to military operations. Interested small businesses are encouraged to respond to this Sources Sought Notice with their capabilities and relevant experience, as the government will only set aside the contract for small businesses if two or more qualified responses are received. For further inquiries, interested parties can contact Carmashay Johnson at carmashay.q.johnson.civ@army.mil or Gina Heidle at gina.m.heidle.civ@army.mil.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. The contract, which spans five years, involves servicing 45 parts washers—24 government-owned and 21 leased—while ensuring compliance with federal and state environmental regulations. This service is critical for maintaining operational efficiency and safety within the military installation, emphasizing the importance of environmental management and safety protocols. Interested contractors are encouraged to submit their capabilities documentation by March 21, 2025, to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil, as the government seeks to assess market interest and contractor qualifications for this essential service.
    Hood and Duct Cleaning - Vandenberg SFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for hood and duct cleaning services at Vandenberg Space Force Base in California. The contract will cover cleaning services for various facilities, including dining areas and community centers, with a performance period from April 1, 2025, to March 31, 2026, and options for four additional years. This initiative is crucial for maintaining safety and health standards within government-operated facilities, ensuring compliance with National Fire Protection Association (NFPA) standards and other regulatory requirements. Interested vendors must submit their proposals by February 24, 2025, and are encouraged to contact Tina Cox at Tina.Cox.4@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil for further information.
    Underground Storage Tank Inspection/Testing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Underground Storage Tank Inspection and Testing Services at Malmstrom Air Force Base in Montana. The contract requires a licensed third-party inspector to conduct compliance inspections and testing of underground storage tanks, adhering to both federal and Montana regulations, with inspections mandated every three years and annually. This procurement is critical for ensuring environmental safety and operational integrity at military installations, particularly in managing petroleum substances. The total award amount for this firm-fixed price contract is $19,500,000, with the initial delivery period set from March 3, 2025, to March 2, 2026, and multiple option periods extending until March 2030. Interested parties can contact Randolph Foote at randolph.foote.1@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil for further information.
    16 EWS Landscape Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a landscaping maintenance project at Peterson Space Force Base in Colorado Springs, titled "16 EWS Landscape Maintenance." The project requires the contractor to provide all necessary labor, materials, and equipment to enhance the landscaping around Building 2027, including the installation of at least six native trees, eight native shrubs, and a seating area for 20 people with picnic tables and shading structures. This initiative aims to improve outdoor space functionality and aesthetics on the base, reflecting a broader commitment to enhancing communal areas. Interested parties can contact Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil for further details, with project completion expected by January 22, 2025.