Sewer Cleaning and Inspection Services - FAIRCHILD AFB, WA
ID: FA462025QA911Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

MAINTENANCE OF SEWAGE AND WASTE FACILITIES (Z1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 5:00 PM UTC
Description

The Department of Defense, through the 92d Contracting Squadron, is seeking quotes for Sewer Cleaning and Inspection Services at Fairchild Air Force Base (AFB) in Washington. The procurement involves providing labor, materials, and equipment to maintain the sanitary sewer system, with the objective of cleaning and inspecting one-fifth of the system annually, ensuring sewer line capacity is restored to at least 95%. This contract is crucial for maintaining operational efficiency and environmental compliance at the military installation. Interested small disadvantaged businesses must submit their quotes by April 28, 2025, and can direct inquiries to Mimi Robertson Lake at mimi.robertson_lake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil.

Files
Title
Posted
Apr 14, 2025, 11:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for sanitary sewer cleaning and video recording services at Fairchild AFB, WA. The contractor is responsible for providing labor, equipment, and materials to maintain the sanitary sewer system, with the goal of cleaning and inspecting one-fifth of the system annually over the contract's duration. The cleaning process must restore sewer line capacity to at least 95%, focusing on removing debris and grease. The video inspections will generate clear, stable recordings that document the sewer conditions and any required maintenance recommendations, which must be provided to the installation's civil engineering services. Additionally, the document specifies contractor responsibilities regarding scheduling, debris disposal, equipment maintenance, and adherence to environmental regulations. The contract also emphasizes quality control and assurance mechanisms to ensure satisfactory service delivery. Compliance with safety and security protocols, including reporting spills, managing hazardous materials, and protecting government property, is mandated. Overall, the PWS aims to ensure efficient sewer maintenance while promoting safety and environmental compliance within the operational framework of the Air Force.
Apr 14, 2025, 11:05 PM UTC
The document primarily consists of repeated references to "Attachment 2 FA462025QA911," indicating a specific attachment related to government requests for proposals (RFPs) and possibly federal grants. However, no substantive information or unique content is presented within these repetitions, rendering it challenging to extract key points or details. Given the context of the federal government's RFPs, such attachments typically contain instructions, requirements, or details pertinent to a solicitation process meant to encourage organizations to submit proposals for government contracts or funding opportunities. The document likely serves as a formal notice to interested parties regarding an upcoming solicitation but lacks the specifics that would typically outline the purpose, objectives, funding amounts, or eligibility criteria associated with the RFP. Overall, without diverse content, the document fails to provide meaningful insights beyond signaling the existence of an attachment and its associated reference number.
Apr 14, 2025, 11:05 PM UTC
The document outlines the Operations Security (OPSEC) Level 2 Measures for contractors working at Fairchild Air Force Base (FAFB). Its primary purpose is to protect sensitive military information and operational indicators from unauthorized disclosure by contractors. Key points include contractors' responsibilities to safeguard critical information, such as details of operations, personnel logistics, and emergency plans. It emphasizes preventing information leaks through careful communication, secure handling of sensitive data, and adhering to specific OPSEC measures, such as not publicizing sensitive activities on social media or in other forums. Contractor employees are required to become familiar with the identified sensitive information and operational indicators within 30 days of duty. They must engage in practices such as escorted access, secure destruction of sensitive material, and consultations with Base Public Affairs prior to public disclosures. Additionally, any attempts to solicit or collect sensitive information by unauthorized individuals are to be reported as potential intelligence incidents. This document serves as a critical guideline for contractors under federal grant and RFP contexts, reinforcing the importance of OPSEC in maintaining mission integrity and safeguarding national security interests.
Apr 14, 2025, 11:05 PM UTC
The document outlines the Contractor Hazardous Material Authorization and Use protocol for Fairchild Air Force Base, focusing on the management and reporting of hazardous materials. It serves as a form for contractors to gain approval for using hazardous substances and to monitor their usage during projects. The form requires detailed information about hazardous materials, including their types, storage amounts, and intended use, while ensuring compliance with health and safety regulations. Key sections include the contractor's contact information, project/task descriptions, and a usage reporting schedule that outlines how frequently usage data should be submitted. Additionally, it features a table delineating various process types for hazardous materials, such as asbestos removal and surface coating, providing codes for reporting purposes. The document emphasizes the importance of attaching Material Safety Data Sheets (MSDS) for each substance utilized and mandates the reporting of actual quantities used at project completion. Overall, this file is essential for regulating the use of hazardous materials within government contracts to ensure safety, accountability, and environmental protection at Fairchild Air Force Base while adhering to federal and state regulations.
Apr 14, 2025, 11:05 PM UTC
The Present IP Ast Performance Questionnaire pertains to the solicitation for Sewer Cleaning and Inspection Services at Fairchild Air Force Base, WA (Solicitation No: FA462025QA911). This document seeks to gather evaluations of potential contractors' past and present performance in fulfilling contractual obligations. It includes a structured format for respondents to provide comprehensive information about their organization, project titles, and contract details, with a strong emphasis on performance assessment across multiple criteria, such as recruitment effectiveness, employee performance, and responsiveness to contract changes. Respondents are asked to rate contractors on a scale from "Unsatisfactory" to "Exceptional" and provide comments on different aspects, such as timeline adherence and complaint resolution. Additionally, it inquires about contractor qualifications, compliance with licensing requirements, and any contractual discrepancies. The submission deadline is set for April 28, 2025, and can be sent via email or mail to designated contacts at Fairchild AFB. Overall, this questionnaire plays a critical role in ensuring accountability and evaluating contractor reliability for future government projects.
Apr 14, 2025, 11:05 PM UTC
The document is an amendment to a solicitation for proposals related to a contract for work at Fairchild Air Force Base (AFB). Issued on April 14, 2025, it provides vital updates for prospective offerors regarding the project, originally dated March 25, 2025. The amendment, identified as 0001, addresses inquiries from potential contractors, most notably confirming that the previous contract was awarded to WWSS Associates, Inc. for $246,174.75 and that the scope of work remains unchanged. The document clarifies that the contractor will determine disposal facilities, as none are designated by Fairchild AFB. Additionally, it notes that site visits are not feasible due to the nature of the work, which involves underground piping, but that relevant maps and GIS data will be provided upon contract award. Minor issues related to root intrusion in the sewer system are acknowledged but are not classified as high risk. This amendment emphasizes cooperation and information sharing between the contracting authority and potential offerors, outlining action steps for acknowledgment and proposal submission.
Apr 14, 2025, 11:05 PM UTC
The 92d Contracting Squadron has issued an RFQ (FA462025QA911) for Sewer Cleaning and Inspection Services at Fairchild AFB, Washington, as part of a combined synopsis/solicitation. This solicitation is a 100% Small Disadvantaged Business Set-Aside under NAICS Code 562998, with a maximum size standard of $16.5 million. Offerors must be registered in the System for Award Management (SAM) and must complete all required representations and certifications to be eligible for contract award. The contract consists of several CLINs for sewer cleaning and inspection services over a base year and four option years, from October 1, 2025, through September 30, 2030. Services will include labor, materials, and equipment for sanitary sewer flushing and video recording in accordance with the Performance Work Statement attached to the solicitation. Quotes are due by April 28, 2025, with evaluations based primarily on price and past performance. Offerors are advised that the government retains the right to cancel this RFQ without obligation to reimburse any costs. The document emphasizes that exceptions to the solicitation's provisions may render quotes unacceptable and highlights the requirement for compliance with federal acquisition regulations. Overall, this RFQ underlines the government’s commitment to engaging small businesses while maintaining necessary service standards at military installations.
Dec 2, 2024, 6:37 PM UTC
The Performance Work Statement (PWS) outlines the requirements for contract services related to sanitary sewer cleaning and video recording at Fairchild Air Force Base, WA, with the objective of maintaining an efficient sewer system. The contractor is responsible for all necessary labor, equipment, and materials to clean and inspect one-fifth of the sewer system annually, ensuring each section is cleaned to 95% capacity to facilitate video inspections. Key activities include high-pressure cleaning, video recording of sewer conditions, and documentation of findings with recommendations for repairs. A detailed quality control plan must be established to assure service levels are met and documented. The contractor is also accountable for scheduling, site clean-up, and adhering to environmental regulations regarding waste disposal. Additional responsibilities include ensuring proper identification and training of personnel, maintaining safety standards, and reporting any hazardous spills. The government retains the right to inspect and validate the contractor's performance, and any grievances will be addressed through a structured process. The document provides a comprehensive framework to ensure effective service delivery while addressing safety, environmental, and operational standards throughout the contract period.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Fiber Optic Cable Installation for Bldg 2166
Buyer not available
The Department of Defense, specifically the 92d Contracting Squadron, is soliciting quotes for the installation of fiber optic cable connecting Building 2166 to Building 2248 at Fairchild Air Force Base in Washington. The project requires contractors to engineer, furnish, install, and test a new 6-strand single-mode fiber optic cable, adhering to telecommunications standards and ensuring compliance with safety and environmental regulations. This procurement is a Total Small Business Set-Aside, emphasizing the federal government's commitment to supporting small businesses while ensuring operational excellence in telecommunications infrastructure. Interested contractors must submit their quotes by April 29, 2025, and are encouraged to attend a site visit on April 16, 2025. For further inquiries, potential bidders can contact Mimi Robertson Lake or Patrick Rangel via the provided email addresses or phone numbers.
FY25 42FSS Mid Bay Shores Recreation Septic Pumping and Cleaning
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for septic tank pumping and cleaning services at the Mid Bay Recreation Facility in Niceville, Florida. The contract, which is an Indefinite Delivery Indefinite Quantity (IDIQ) type, requires the contractor to pump eight 1,050-gallon septic tanks up to 30 times annually, ensuring compliance with federal and state regulations while preventing sewage backups. This service is critical for maintaining the operational efficiency and safety of the facility's septic systems. Interested contractors must submit their proposals by the specified deadline, with the contract period running from May 10, 2025, to May 9, 2030. For further inquiries, potential bidders can contact William M. Griffiths at william.griffiths.5@us.af.mil or William Stallings at william.stallings.1@us.af.mil.
Clean Horizontal Drains CDT Access Road
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a sources sought opportunity related to the cleaning and maintenance of the drainage system along the CDT Access Road at Vandenberg Space Force Base in California. The contractor will be responsible for providing all necessary materials, equipment, labor, and personnel to ensure compliance with federal, state, and local regulations during the cleaning process, which is scheduled to take place from May to July 2025. This procurement is critical for maintaining environmental standards and safety protocols while managing the drainage system effectively. Interested parties can reach out to SrA Christopher Mendoza at christopher.mendoza.17@spacefore.mil or by phone at 805-606-1507 for further information.
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.
Repair Industrial Wastewater Sewer System
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for the repair of the industrial wastewater sewer system at the 105th Airlift Wing in Newburgh, New York. The project involves repairing 18 manholes and conducting an investigation of an 8” PVC pipe system, with an option for additional pipe repairs based on the investigation findings. This procurement is a Total Small Business Set-Aside under NAICS code 237110, emphasizing the government's commitment to engaging small businesses in infrastructure maintenance. Quotes are due by 11:00 AM EST on April 18, 2025, and must be submitted to MSgt Joseph Kugler at joseph.kugler.1@us.af.mil. Contractors must also comply with wage determinations and provide necessary documentation to demonstrate their technical capabilities and certifications.
FA462025R0002 - Renovate (RM) Building 2245/2248/2249
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of buildings 2245, 2248, and 2249 at Fairchild Air Force Base in Washington. The project aims to consolidate various user groups into a single facility, requiring comprehensive construction efforts including design-build, demolition, hazardous material abatement, and various utility and landscaping works. This opportunity is set aside for small businesses, with an estimated contract value between $25 million and $100 million, and a performance period of 910 calendar days divided into three phases. Interested contractors should prepare for a pre-proposal conference and ensure they are registered in the System for Award Management (SAM) before the anticipated RFP release on May 1, 2025, with proposals due by June 3, 2025. For further inquiries, contact Samantha Gorman at samantha.gorman@us.af.mil or Richard Hedrick at richard.hedrick.2@us.af.mil.
Boiler Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide boiler maintenance services at Fairchild Air Force Base in Washington. The contractor will be responsible for comprehensive management and maintenance of hydronic and steam boilers, including preventive and corrective maintenance, operational attendance, and compliance with Air Force regulations. This service is critical for ensuring the functionality and safety of heating systems essential for base operations. Proposals are due by May 14, 2025, and interested parties should contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
92SFS Lateral Filing System
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the procurement of a Lateral Filing System to be utilized at Fairchild Air Force Base in Washington. This requirement is outlined in the combined synopsis/solicitation FA462025QA908, which emphasizes compliance with federal guidelines and the importance of timely reporting and collaboration with government representatives. The selected contractor will be responsible for providing detailed descriptions of processes and methodologies, ensuring adherence to safety protocols and risk management practices throughout the project lifecycle. Interested parties must submit their quotes by May 15, 2025, and are encouraged to contact Yuying Wang at yuying.wang@us.af.mil or 509-247-4403 for further information. Note that funds are not currently available for this effort, and the government reserves the right to cancel the solicitation at any time.
FY25 Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) at Fairchild Air Force Base in Washington. This contract aims to provide indefinite delivery and indefinite quantity (IDIQ) construction services, including maintenance, repair, and new construction projects, with a total value not to exceed $95 million. The work will encompass various construction disciplines, such as carpentry, plumbing, electrical, and mechanical tasks, with a focus on enhancing facility operations and ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by May 15, 2025, and are required to attend a mandatory orientation seminar on January 22, 2025. For further inquiries, contact Richard Hedrick at richard.hedrick.2@us.af.mil or Tuyen Nguyen at tuyen.nguyen.2@us.af.mil.
FY26 CES Snow Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement is a total small business set-aside under NAICS code 561790, requiring contractors to provide personnel, tools, and equipment for snow removal across designated areas, including sidewalks and parking lots, with strict timelines for service initiation and completion based on snow accumulation. This contract is crucial for maintaining safe and accessible conditions during winter months, ensuring operational readiness and community safety. Interested vendors must submit proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025; for further inquiries, they can contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.