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
    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 contract, designated as a Total Small Disadvantaged Business Set-Aside, requires contractors to provide labor, materials, and equipment for the cleaning and inspection of the sanitary sewer system, with the goal of maintaining system capacity and ensuring compliance with environmental regulations. This service is critical for maintaining the operational integrity of the base's waste management systems. Quotes are due by April 28, 2025, and interested parties should contact Mimi Robertson Lake at mimi.robertson_lake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.

    Files
    Title
    Posted
    This document is an amendment to a solicitation (FA462025QA911) issued by the 92nd Contracting Squadron at Fairchild Air Force Base, effective April 23, 2025. It serves to address a query regarding the provision of a Waste Information Sheet (WIS) necessary for disposal quotations. The response indicates that the government does not have a WIS available but will provide the most recent discharge results, which contain similar information, to the awarded contractor. The amendment clarifies that all terms and conditions from the original solicitation remain unchanged except for the new information provided. Offerors are required to acknowledge receipt of the amendment in their proposals to prevent rejection. The document is structured with standard federal forms specifying the contracting details, including sections for identifying the contract, amendment number, and responsible parties. Overall, the purpose of this amendment is to facilitate the bidding process while ensuring compliance with waste disposal requirements.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Sewage Cleanup Bks 332
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for sewage cleanup services at Building 332 located in Parris Island, South Carolina. The primary objective of this procurement is to address and remediate sewage-related issues within the troop housing facilities, ensuring a safe and sanitary environment for personnel. This cleanup is crucial for maintaining the operational readiness and health standards of military housing. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or by phone at 843-228-2703, or contact Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further details regarding the opportunity.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    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.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming construction of Hydrant Area C Refueling Facilities at Fairchild Air Force Base in Spokane, Washington. This project involves the construction of a new hydrant loop, including hydrant pits, fuel piping, and a pumphouse, along with necessary environmental mitigation measures for contaminated soil and groundwater. The anticipated period of performance is approximately 1035 calendar days, with a construction award targeted for fiscal year 2027, and the estimated cost of construction ranges between $25 million and $100 million. Interested parties are encouraged to provide comments regarding the use of a PLA and can contact Linda O'Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil 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.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.