M--NOAA SHIP HASSLER SEWAGE PUMP OUTS
ID: 1333MK25Q0036Type: Combined Synopsis/Solicitation
AwardedJan 15, 2025
$8.8K$8,840
AwardeeWIND RIVER ENVIRONMENTAL, LLC 46 LIZOTTE DR STE 100 MARLBOROUGH MA 01752 USA
Award #:1333MK25P0051
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

HUSBANDING SERVICES—REMOVAL SERVICES (M2AC)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for waste pump truck services for the NOAA Ship Ferdinand R. Hassler, located in New Castle, New Hampshire. The procurement involves providing sewage pump-out services for approximately 2,000 gallons of combined black and grey water on a weekly basis over a 12-week period, starting January 13, 2025, until the shoreside hose connection is repaired. This contract is crucial for maintaining effective waste management operations aboard the vessel and is now open to unrestricted competition following the dissolution of the small business set-aside. Interested vendors must submit their quotes by January 10, 2025, and provide necessary documentation, including liability insurance and past performance records, to Alexander Cancela at alexander.cancela@noaa.gov.

    Point(s) of Contact
    CANCELA, ALEXANDER
    ALEXANDER.CANCELA@NOAA.GOV
    Files
    Title
    Posted
    The document outlines Amendment 0001 to Solicitation 1333MK25Q0036, significantly altering the proposal process by dissolving the Small Business set-aside, thus transitioning to unrestricted full and open competition. It mandates that any prime contractor subcontracting work provide comprehensive information about sub-vendors, including company details, insurance certifications, and past performance records relevant to the job. The amendment specifies required documentation such as a Company W-9 and proof of past job experiences, including contract details and customer contacts for verification. Additionally, the solicitation's timeline is extended, now covering a period of performance from January 13, 2025, to May 31, 2025. Overall, the amendment retains all other terms and conditions of the original solicitation document unchanged, ensuring a transparent and competitive bidding environment. The modifications are critical for ensuring eligibility and compliance, facilitating an inclusive bidding framework for contractors.
    The government document outlines a Request for Proposal (RFP) for providing waste pump truck services for the NOAA Ship Ferdinand R. Hassler in New Castle, NH. The RFP is designated as a small business set-aside under the NAICS code 562219, indicating it is specifically aimed at small businesses involved in nonhazardous waste treatment and disposal. The contract is intended for a firm-fixed-price agreement covering services over a 12-week period, starting on January 13, 2025, with a total estimated quantity of 24,000 gallons of combined black and grey water to be pumped out weekly. Bidders must submit their proposals by January 10, 2025, detailing their costs, confirming compliance with the solicitation’s terms, and providing necessary documentation, such as liability insurance and acknowledgment of amendments. The evaluation criteria emphasize both service availability and pricing. Additionally, the contract is subject to various federal acquisition regulations including terms for prompt payment, compliance with labor standards, and required insurance coverages. Successful bidders will need to be registered in the SAM database to be eligible for award. Overall, this RFP reflects the government's intent to ensure effective waste management while supporting small business participation in federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    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.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting 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 various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract for the procurement of specialized winch control display units and associated services. The requirement includes three RPC-90x-SA-MEA-REN units and one modified RA-90x-DE-SA-D01 enclosure, along with vendor labor for configuration and installation, all to enhance the operational capabilities of NOAA vessels. These units are critical for providing accurate winch wire tension to sensitive navigation and scientific equipment, ensuring reliability and compatibility with existing systems. Interested parties who can provide these specific products and services must submit a statement of capabilities, including OEM authorization and pricing, by 5:00 PM EST on December 16, 2025, to Alexander Cancela at alexander.cancela@noaa.gov.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.