PKA -Sanitary Sewage Lift Station and Grease Trap Services
ID: FA442726Q1006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Septic Tank and Related Services (562991)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (J072)

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 seeking proposals from qualified small businesses for sanitary sewage lift station and grease trap services at Travis Air Force Base in California. The procurement involves a Firm Fixed Price contract for services including the pumping and cleaning of sanitary sewage lift stations, scheduled grease trap services, transport and disposal of waste, and quality control, with a base year and four option years. These services are critical for maintaining the base's sanitation infrastructure and ensuring compliance with environmental regulations. Proposals are due by November 19, 2025, with a site visit scheduled for November 6, 2025, and interested parties should contact TSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Phillip Manwaring at phillip.manwaring@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The 60th Contracting Squadron at Travis Air Force Base issued an RFP (FA4427-26-Q-1006) for Firm Fixed Price contracts for Grease Traps and Lift Station Services, open exclusively to Small Businesses with NAICS code 562991. The solicitation, posted on October 29, 2025, includes a site visit on November 6, 2025, an RFI due date of November 10, 2025, and a response deadline of November 19, 2025. Services cover sanitary sewage lift station pump-out and cleaning, scheduled grease trap services, transport and disposal, and quality control, including four option years. Proposals will be evaluated on price and acceptable past performance, with award going to the lowest-priced, technically acceptable offeror demonstrating successful performance on at least two relevant projects within the last five years. Offerors must be registered in SAM and comply with various FAR and DFARS clauses, particularly those concerning prohibited telecommunications equipment.
    The 60th Contracting Squadron at Travis Air Force Base issued Request for Proposal (RFP) FA4427-26-Q-1006 for Grease Traps and Lift Station Services. This is a 100% Small Business Set-Aside under NAICS Code 562991, Septic Tank and Related Services. The contract will be Firm Fixed Price, including a base year and four option years for services such as pumping and cleaning sanitary sewage lift stations, scheduled grease trap services, transport and disposal, and quality control. Proposals are due by November 17, 2025, 2:00 PM PST. A site visit is scheduled for November 6, 2025. Evaluation will be based on Price and Past Performance, with past performance rated as Acceptable/Unacceptable based on a minimum of two relevant projects. Offerors must be actively registered in SAM and comply with various FAR and DFARS clauses, particularly regarding prohibitions on certain telecommunications and video surveillance equipment and services.
    The document, FA442726Q1006, addresses various questions and clarifications regarding a Request for Information (RFI) for Lift Station and Grease Trap services. Key points include the expectation to pump tanks up to the specified amount, with before-and-after photos being optional if they incur no additional cost. Offerors must provide two to five relevant contract references from the last five years, following specific formatting for sections A, B, and C of the performance questionnaires. The RFI clarifies that only pumping services are required, not pump maintenance or removal. All waste must be weighed and disposed of off-site at a certified location. Subcontractors requiring consistent base access will undergo a background check for a temporary badge, taking 7-10 business days. The quantity for pricing is detailed in the Combined Synopsis's CLIN structure.
    The document outlines a comprehensive solicitation process for a federal government project, detailing various proposal submission requirements and evaluation criteria. It includes sections for offeror information, technical proposal content, and pricing. Key aspects cover administrative requirements for submissions, specific instructions for technical and cost proposals, and guidelines for past performance and small business subcontracting plans. The solicitation emphasizes the importance of clear communication, adherence to specified formats, and timely submission. It appears to be an RFP for services or goods, requiring detailed plans and demonstrations of capability from prospective contractors, ensuring compliance with federal acquisition regulations. The document also includes specific instructions for electronic submissions and outlines the evaluation methodology for proposals.
    This Performance Work Statement outlines a non-personnel services contract for grease trap and lift station pump-out, cleaning, and disposal services at Travis Air Force Base, California. The contractor is responsible for providing all necessary management, personnel, equipment, and materials, operating under a Firm Fixed Price Contract for a base year and four option years. Key requirements include a quality control program, adherence to environmental and safety regulations, and obtaining necessary permits. The contractor must use a sewage pumping truck with a minimum capacity of 2,642 gallons, display company identification on vehicles, and provide weight tickets for all disposed materials. Specific tasks involve thorough cleaning of lift stations and grease traps, off-base disposal at approved sites, and the provision of emergency services within four hours of notification. The document also details performance objectives, surveillance methods, and estimated workload data for various facilities.
    The Travis Air Force Base (TAFB) Security Requirements (September 2024) outlines stringent security protocols for contractors accessing the closed base. All contractors must undergo identity proofing and vetting, including National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS) checks, unless they possess a verifiable government security clearance. Contractors must also prove eligibility to work in the U.S. using specified identification, with REAL ID Act compliance affecting driver's license acceptance. Base access can be denied for various reasons, including suspected terrorism links, criminal convictions, or unverified identity. Primary contractors are responsible for ensuring their employees meet these requirements, coordinating entry with the 60th Contracting Squadron, and managing base passes. Contractors must also adhere to training requirements for information protection, antiterrorism, and operations security (OPSEC). Specific escort requirements apply to subcontractors and those without restricted area badges. Loss of passes or badges must be immediately reported and investigated. Additionally, specific disqualifying criteria for installation access are detailed, ranging from terrorism affiliations and major criminal convictions to extensive and systemic criminal behavior.
    This document is a wage determination for service contracts in Solano County, California, issued by the U.S. Department of Labor. It outlines minimum wage rates for various occupations under the Service Contract Act, with specific provisions for Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award date. It details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour with EO 13706 sick leave), vacation, and twelve paid holidays. Special conditions apply to computer employees (exemptions for professionals), air traffic controllers/weather observers (night and Sunday pay), and hazardous duty pay (8% or 4% differentials). The document also specifies uniform allowances and the conformance process for unlisted occupations, emphasizing that job duties, not titles, determine classification.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Emergency Sewage Pumps
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for emergency sewage pumps to be utilized at Barksdale Air Force Base in Louisiana. This contract aims to acquire sewage treatment equipment, which is critical for maintaining sanitation and operational readiness in emergency situations. The procurement is justified under the need for reliable sewage management systems, ensuring the base can effectively respond to potential crises. Interested vendors can reach out to Marcus Olearnick at marcus.olearnick@us.af.mil or by phone at 318-456-2202, or contact MSgt Randy McGinnis at randy.mcginnis@us.af.mil or 318-456-1353 for further details.
    J046--GREASE TRAP SERVICE - NEW BASE plus FOUR
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for grease trap services at the Ralph H. Johnson VA Medical Center, specifically for the quarterly sanitizing, disinfecting, and waste removal from two 500-gallon grease traps. This procurement is a total Service-Disabled, Veteran-Owned, Small Business set-aside, with a contract that includes a base year from February 23, 2026, to February 22, 2027, and four additional one-year option periods extending through February 22, 2031. The selected contractor must comply with federal, state, and local environmental regulations, adhere to JCAHO standards, and follow VA safety policies, while also being registered in SAM.gov and possessing the necessary hazardous waste permits. Interested parties should contact Contract Specialist Terri Hudson at Terri.Hudson@va.gov for further details and to ensure compliance with the outlined requirements.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    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.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative supports the operational needs of the 36 Wing and surrounding areas, with responses due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and will be evaluated based on technical acceptability and price, with awards contingent upon fund availability.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    PKB Schedule Anywhere
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure services under the title "PKB Schedule Anywhere" through a justification notice. The procurement is categorized under professional support services, with a focus on requirements outlined in the attached single source justification document. This opportunity is significant for ensuring the operational efficiency and support of activities at Travis Air Force Base in California. Interested vendors can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or call 707-424-7752 for further details, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for additional inquiries.
    Robins Air Force Base Tank Inspection
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting bids for a contract to perform comprehensive tank inspections at Robins Air Force Base in Georgia. The contract involves non-personnel services, including the removal and disposal of remaining fuel, tank cleaning, and inspections of both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), as detailed in the Performance Work Statement. These inspections are critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations and environmental protection. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 12, 2025, at 2:00 PM CDT, to Jaylem Durousseau at jaylem.l.durousseau@usace.army.mil, with the contract expected to be awarded based on technical capability, experience, and price.
    Other than Full and Open Competition_Integrated Waste Management
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.