PM and Repair of Oil Water Separators, Interceptors and Sediment Catchment Basin Systems
ID: 413-25-P-0000001405Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

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

    The Department of Defense, specifically the Army, is seeking qualified firms for the preventive maintenance and repair of oil water separators, interceptors, and sediment catchment basin systems at various installations on the Island of Oahu, Hawaii. This opportunity is part of a Sources Sought notice aimed at gathering information on the capabilities of potential contractors to fulfill the requirements outlined in the draft performance work statement. The services are critical for maintaining environmental compliance and operational efficiency in military water management systems, particularly in facilities such as motor pools and gas stations. Interested firms must submit their capability statements, including their intent to quote, firm details, and relevant experience, to Travis Tonini at travis.c.tonini.civ@army.mil by April 9, 2025, at 10:00 AM Hawaii Standard Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines the installation and maintenance requirements for various facilities across military installations, specifically detailing water management systems associated with motorpools, gas stations, wash racks, and sediment basins at Schofield Barracks, Fort Shafter, and Wheeler. Each entry lists the building number, installation type, water capacity in gallons, and specific comments, indicating whether the facility is a designated consolidation location or involves confined spaces. Notable entries include high-capacity sediment basins at the car wash facilities and a significant water usage for the motorpool areas, reflecting the military's operational needs for vehicle maintenance. The document's structured presentation of data highlights the federal government's focus on infrastructure support and environmental considerations, aligning with RFPs and grants aimed at enhancing operational efficiency and compliance with water management regulations. Overall, it serves as a critical resource for understanding resource allocation and requirements at military installations.
    Similar Opportunities
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for a potential design-bid-build construction project to relocate deep wells at Schofield Barracks, Oahu, Hawaii. The project involves drilling four wells approximately 800 feet deep, with a capacity to deliver a minimum of 2,000 gallons per minute, and includes the construction of a protective roof structure for the motors. This initiative is critical for ensuring a reliable water supply to meet peak demand during the summer months. Interested contractors must submit their qualifications by January 5, 2026, with a project magnitude estimated between $50 million and $100 million. For inquiries, contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil.
    Kahauiki Stream Maintenance Dredging, Phase 2, Fort Shafter Flats, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Kahauiki Stream Maintenance Dredging, Phase 2 project located at Fort Shafter Flats, Oahu, Hawaii. This design-bid-build project involves dredging and clearing two sections of Kahauiki Stream, cleaning two existing concrete culverts, and potentially replacing one culvert, with a focus on environmental compliance and best management practices throughout the process. The work is critical for maintaining the integrity of local waterways and ensuring proper drainage, which is vital for the surrounding infrastructure. Interested small businesses are encouraged to reach out to Kristin Schultz at kristin.e.schultz@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka in Japan. The procurement involves comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, adhering to stringent environmental regulations and focusing on the management of hazardous materials, including Per- and Polyfluoroalkyl Substances (PFAS). This competitive, unrestricted contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a minimum guarantee of $9,000 and a maximum of $9,000,000, with the period of performance set from January 30, 2026, to January 29, 2027. Interested parties must submit their offers by December 22, 2025, and can reach out to primary contact Yukako Hishikura at yukako.hishikura.ln@us.navy.mil for further information.
    Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is seeking qualified prime contractors for a potential Design-Bid-Build construction project focused on maintenance dredging and revetted mole repair at Haleiwa Small Boat Harbor in Oahu, Hawaii. The project aims to conduct mechanical clamshell dredging to remove accumulated shoaled material and restore the harbor to its authorized depths, alongside necessary repairs to the revetted mole structure, including vegetation removal and armor layer resetting. This maintenance is crucial for ensuring safe vessel navigation within the harbor. Interested contractors must submit letters of interest and relevant experience narratives by 2:00 p.m. Hawaii Standard Time on December 24, 2025, with an estimated project value between $2 million and $5 million. For inquiries, contact Jenna Lum at jenna.k.lum@usace.army.mil or Jennifer Ko at Jennifer.I.Ko@usace.army.mil.
    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.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    Sources Sought Hazardous Waste Removal Alaska
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.