FY26 Clear Lake Sewage Removal
ID: FA462025QA999Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Septic Tank and Related Services (562991)

PSC

OPERATION OF SEWAGE AND WASTE FACILITIES (M1ND)

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 quotes for sewage pumping and removal services at Fairchild Air Force Base's Clear Lake Resort in Cheney, Washington. The contractor will be responsible for the environmentally compliant handling and disposal of contents from two above-ground sewage tanks, with an estimated annual volume of approximately 77,777 gallons. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with federal, state, and county regulations throughout the service period, which runs from October 1, 2025, to September 30, 2027. Interested parties must submit their quotes by August 13, 2025, at 1:00 PM PT, and can direct inquiries to Mikeeli C. Hanson at mikeeli.hanson.1@us.af.mil or Sarah O'Neil at sarah.oneil.1@us.af.mil.

    Files
    Title
    Posted
    Amendment 0001 to Solicitation FA462025QA999, issued by the 92nd Contracting Sq./PKA, establishes a site visit for interested parties on July 21, 2025, at 10:00 AM PST at Clear Lake Resort, Cheney, WA. Attendees are requested to notify the Contracting Officer, Sarah O’Neil, and Contract Specialist, 2d Lt Mikeeli Hanson. The amendment also publishes questions and answers, clarifying that the current contract number is FA462021D0004 and that regular water usage is not approved. The deadline for quotes remains unchanged, and all other terms and conditions of the solicitation are still in effect. Offerors must acknowledge receipt of this amendment by completing and returning copies of the document with their proposal.
    The 92d Contracting Squadron issued RFQ FA462025QA999 for FY26 Clear Lake Sewage Removal, a 100% Small Business Set-Aside. This combined synopsis/solicitation seeks quotes for sewage pumping and removal services, estimated at 77,777 gallons for both the base year (October 1, 2025 – September 30, 2026) and an option year. All offerors must be registered in SAM.gov. Quotes are due by August 4, 2025, at 10:00 AM PT, with questions due by July 25, 2025, at 10:00 AM PT, both to 2Lt Mikeeli Hanson and Ms. Sarah O’Neil. The contract will be a requirements contract, awarded using simplified acquisition procedures based on price and SPRS IAW DFARS 252.204-7024. The document details various FAR and DFARS provisions and clauses incorporated by reference and in full text, including requirements for representations regarding telecommunications equipment, commercial products/services, and other certifications.
    This document is an amendment to the solicitation FA462025QA999, identified as Amendment 0001, effective from July 16, 2025. It announces a site visit for interested parties on July 21, 2025, at Clear Lake Resort, Cheney, WA, requiring prior notification to designated contracting officers. Key questions have been published, clarifying that the current contract, executed under FA462021D0004, is a renewal, and that while water for accidental spillage is permitted, regular usage must be authorized. The document emphasizes that the submission deadline for quotes remains unchanged, and all other solicitation terms are unaffected. The contractor is required to sign the amendment and return it with their proposal, indicating the continuation of the solicitation process in federal contracting.
    The 92d Contracting Squadron has issued a Request for Quotation (RFQ) FA462025QA999 for sewage removal services at Clear Lake. This solicitation is aimed at small businesses, utilizing NAICS code 562991 and is 100% set aside for small entities. The contract will include two contract line item numbers (CLINs), each requiring the contractor to perform sewage pumping and removal services for an estimated 77,777 gallons during the base year (October 1, 2025 to September 30, 2026) and an option year (October 1, 2026 to September 30, 2027). Vendors must be registered in the System for Award Management (SAM) to qualify for awards. Submission deadlines are noted: quotes are due by August 4, 2025, and any questions must be submitted by July 25, 2025. The government retains the right to cancel the RFQ without obligations for reimbursement. The chosen contractor will be evaluated based on price and compliance with service requirements. This solicitation emphasizes the importance of adhering to federal guidelines in providing commercial services and the necessity of completing proper representations and certifications as mandated by the FAR.
    Amendment 0002 to Solicitation FA462025QA999, issued by the 92nd Contracting Sq./PKA, modifies a federal government Request for Proposal (RFP) effective July 21, 2025. This amendment incorporates an updated Service Contract Act Wage Determination (WD 2015-5537 Rev 26) and provides responses to questions from a site visit. Key clarifications include the contract's period of performance from October 1, 2025, to September 30, 2026, for the base year, and October 1, 2026, to September 30, 2027, for Option Year 1. The contract is for sewage pumping, primarily from RV waste, structured as a Requirements contract with task orders issued as needed. Contractors are required to check in at the main office upon arrival. Importantly, the deadline for quotes remains unchanged. All other terms and conditions of the original solicitation are still in effect, and offerors must acknowledge receipt of this amendment.
    Amendment 0003 for solicitation FA462025QA999, issued by the 92nd Contracting Sq./PKA at Fairchild AFB, WA, addresses inquiries regarding a government solicitation. The amendment clarifies that the waste management system involves a lift station pumping to waste storage tanks. Crucially, the deadline for submitting quotes will not be extended. All other terms and conditions of the original solicitation remain in full force and effect. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, or by acknowledging it on their offer, or via a separate letter/telegram, ensuring it is received by the specified deadline to avoid rejection of their offer. Contractors are required to sign and return one copy of this document.
    Amendment 0004 to Solicitation FA462025QA999, issued by the 92nd Contracting Sq./PKA, addresses a question from an interested contractor regarding wastewater disposal sites. The government confirmed Spokane Waste Water Management was previously identified for dumping, emphasizing that all services must comply with federal, state, and county regulations for environmentally compliant handling and disposal, and selected dump sites must accept RV waste as per the Statement of Work. This amendment also clarifies that the deadline for quotes will not be extended. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by returning a signed copy, acknowledging it on their offer, or submitting a separate letter or telegram.
    Amendment 0005 to Solicitation FA462025QA999, issued by the 92nd Contracting Sq./PKA, extends the deadline for quote submissions from August 4, 2025, at 10:00 AM PT to August 12, 2025, at 10:00 AM PT. All other terms and conditions of the original solicitation, dated July 14, 2025, remain unchanged. Offerors must acknowledge receipt of this amendment by completing and returning one copy of the amendment, acknowledging it on each submitted offer, or by separate correspondence referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified deadline may result in the rejection of the offer.
    Amendment 0006 to Solicitation FA462025QA999, issued by the 92nd Contracting Sq./PKA, extends the deadline for quote submissions. The new deadline is August 13, 2025, at 1:00 PM PT, a revision from the previous August 12, 2025, at 10:00 AM PT. This amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by returning a signed copy, acknowledging it on their offer, or submitting a separate letter or telegram. Failure to acknowledge may result in the rejection of the offer. This document is a standard modification of a solicitation, requiring contractor signature and return of one copy.
    This document is an amendment to solicitation FA462025QA999, issued by the 92nd Contracting Squadron. It incorporates a new Service Contract Act Wage Determination, superseding previous versions. The amendment includes responses to questions from a site visit conducted on July 21, 2025, clarifying the following: the contract's base period of performance spans from October 1, 2025, to September 30, 2026, with an option year extending to September 30, 2027; sewage removal will exclusively handle RV waste; and contractors are required to check in upon entering the facility. Notably, the deadline for submitting quotes remains unchanged. This amendment ensures all terms of the solicitation remain effective while providing vital updates and clarifications to potential contractors regarding service requirements and compliance measures necessary for the project.
    This document is an amendment (0003) to solicitation FA462025QA999, issued by the 92nd Contracting Squadron at Fairchild Air Force Base, effective July 29, 2025. The amendment addresses questions from potential offerors regarding the project, specifically confirming that a lift station pumps to the waste storage tanks. Notably, the deadline for quote submissions will not be extended, and all other terms of the solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment in their proposals by completing specified sections and returning copies as instructed. The document maintains clarity and compliance with federal contracting procedures, ensuring transparency in the solicitation process while emphasizing the need for timely submission of responses.
    This document serves as Amendment 0004 to the federal solicitation FA462025QA999, with an effective date of July 31, 2025. It outlines modifications regarding an inquiry from a contractor concerning identified wastewater dumping sites, specifically noting Spokane Waste Water Management as a previously recognized site. The Statement of Work emphasizes the necessity for compliance with relevant federal, state, and county regulations for environmentally safe waste handling. Importantly, the submission deadline for quotes will not be extended, despite the inquiry. Contractors are required to acknowledge receipt of this amendment in their proposals, which remains under the oversight of the 92nd Contracting Squadron at Fairchild AFB, WA. Overall, the terms and conditions of the solicitation remain unchanged, focusing on the environmental compliance aspect of waste disposal for the project.
    The document is an Amendment to a solicitation and modification contract (FA462025QA999) issued by the 92nd Contracting Squadron at Fairchild AFB, WA. The primary purpose of Amendment 0005 is to extend the deadline for submitting quotes from August 4, 2025, to August 12, 2025, at 10:00 AM PT. Other terms and conditions of the solicitation remain unchanged. The amendment emphasizes the importance of acknowledging receipt and adherence to the revised timeline, indicating that failure to do so may result in the rejection of offers. Contractors are prompted to complete specific sections of the amendment and return a copy with their proposals. Overall, the document outlines necessary adjustments in a government procurement process, ensuring clarity in communication with potential contractors about deadlines and procedural requirements. This amendment reflects standard practices in federal RFP procedures, prioritizing transparency and compliance requirements for participants in government contracting.
    This Statement of Work (SOW) outlines the requirements for sewage pumping and removal services at Fairchild AFB Clear Lake Resort. The service aims to mitigate nitrate introduction into soils from RV wastewater. The contractor will pump two 5,000-gallon tanks, provide monthly invoices detailing gallons pumped, cost per gallon, and total amount, and ensure the work area is left clean. Approximately 77,777 gallons may be pumped annually. The contract period is from October 1, 2025, to September 30, 2027, with two ordering periods. The contractor must adhere to Fairchild Air Force Base security regulations and utilize internal Quality Control processes. Provisions for equitable adjustment due to increased disposal charges are included. Pumping is typically scheduled for Mondays and Fridays, with a 24-hour emergency response requirement. All services must comply with federal, state, and county regulations.
    This document, "NONAPPROPRIATED FUND STANDARD CLAUSES," outlines the legal and operational framework for contracts involving Nonappropriated Fund Instrumentalities (NAFIs) within the Department of Defense. It defines key terms like "Contract," "Contracting Officer," and "NAFI," emphasizing the NAFI's status as a U.S. Government instrumentality. The clauses cover dispute resolution, contract modifications, social responsibility (including anti-trafficking and labor standards), inspection, payment terms, and compliance with federal laws and executive orders. Key provisions address contractor responsibilities, such as indemnification, insurance, ethical conduct, and prohibitions on certain telecommunications equipment and child labor. The document ensures transparency, accountability, and adherence to legal and ethical standards for all parties involved in NAFI contracts.
    The Statement of Work (SOW) outlines the sewage pumping and removal services required at Clear Lake Resort, located at Fairchild AFB, WA. This initiative responds to the Washington State Department of Ecology’s findings that RV sewage was contributing high nitrate levels into soils. The contractor is tasked to pump waste from two above-ground sewage tanks of 5,000 gallons each, ensuring environmentally compliant disposal, with an estimated annual volume of 77,777 gallons. The contract specifies monthly invoicing requirements and mandates maintaining a clean service area. Service will typically occur on Mondays and Fridays, with provisions for emergency responses within 24 hours. The two-year contract spans from October 1, 2025, to September 30, 2027, with potential adjustment in pricing allowed for increased disposal charges at municipal sites. Quality control measures are emphasized, alongside adherence to Fairchild AFB security protocols for contractor personnel. Overall, this document facilitates the regulatory compliance and environmental stewardship necessary for managing sewage from RV sites at the resort, aligning with government RFP protocols.
    The document FA462025QA999, specifically Attachment 2 - Wage Determination, outlines the wage rates and classifications required for federal contracts under the specified solicitation. It comprises multiple pages, each detailing the wage determinations relevant to various labor categories, ensuring compliance with federal labor laws. The document serves as a directive for contracting agencies, organizations, and potential bidders to adhere to specified wage standards, thereby promoting fair compensation for workers involved in federal projects. The wage determination is critical for maintaining labor market consistency and protecting worker rights, aligning with the larger governmental ethos of equitable employment practices. The attachment ensures clarity on required compensation levels, fostering an environment that supports workforce stability and legal compliance for federal contracts.
    The document outlines the Nonappropriated Fund Standard Clauses governing contracts involving Nonappropriated Fund Instrumentalities (NAFI) of the Department of Defense (DoD). It includes definitions of critical terms such as "Contract," "Contractor," and "Contracting Officer," establishing the legal framework for the contractual relationship. The clauses address legal statuses, claims and protests, representations, examination of records, insurance requirements, procurement integrity, and termination provisions, among others. Key provisions include guidelines for claims disputes, the necessity of contractor insurance, compliance with labor standards, and environmental obligations. The document further prohibits the use of certain telecommunications equipment and outlines conditions related to child labor and sustainability credits. Additionally, it stresses the importance of maintaining a safe workplace and the contractor's obligation to uphold various labor and trade laws. In context, this document serves to standardize practices for federal contracts related to nonappropriated funds, ensuring accountability and adherence to legal requirements in transactions, ultimately aimed at protecting government interests and promoting ethical conduct in procurement. The comprehensive clauses provide a framework for effective management of contracts, helping mitigate risks and ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Buyer not available
    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.
    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.
    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.
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.