Waste Pumping & Disposal Services at Garrison - Fort McCoy, WI
ID: W911SA25QA078Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Septic Tank and Related Services (562991)

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 Department of the Army, is seeking qualified contractors to provide waste pumping and disposal services at Garrison - Fort McCoy, Wisconsin. The contract, which is set aside for small businesses, requires the contractor to manage waste from various facilities, including the Wastewater Treatment Plant, septic tanks, and oil/water separators, while adhering to federal, state, and local regulations. This procurement is crucial for maintaining effective waste management systems that support military operations and environmental compliance. The estimated total contract value is $9 million, with a performance period from April 1, 2025, to March 31, 2030. Interested parties can contact Deena Murphy at deena.l.murphy.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines a Request for Proposal (RFP) for Waste Pumping and Disposal Services at Fort McCoy, Wisconsin, for a base period and four option periods. The contract includes various services related to wastewater treatment and oil water separator pumping, including liquid sludge removal, grease interceptor services, and septic tank pumping. Quantities, units of measurement, and values are provided for each service line item, though unit prices and total amounts are listed as $0.00, indicating yet-to-be-determined pricing. The document is structured into separate categories for different service areas, including wastewater treatment (PWS 2.2), grease disposal (PWS 2.3), and oil water separator management (PWS 2.7). This RFP signifies the federal government's commitment to maintaining environmental standards and sanitation at military facilities while allowing for contractor participation over a potential five-year period with an option for extension. The absence of pricing suggests an early stage of procurement, where companies are expected to submit competitive bids for assessment. The emphasis on comprehensive waste management indicates a priority on ecological sustainability and facility upkeep within the federal operational context.
    The Fort McCoy Antiterrorism/Operations Security (OPSEC) Requirements Package outlines mandatory training and compliance measures for contractors involved in federal projects, aimed at ensuring safety and security across various operations. Key components include the requirement for contractors to complete Antiterrorism Level I training, OPSEC Level I training, and Threat Awareness Reporting Program (TARP) training, particularly for those with security clearances or who are required to access classified information. The document emphasizes the necessity of thorough reviews by Antiterrorism Officers (ATO) and OPSEC Officers for all contracted requirements packages, and mandates protocols for contractors handling deliveries, including food and water, to prevent contamination and ensure compliance. Additionally, it stipulates that contractors working overseas or accompanying U.S. forces must adhere to specific guidelines designed to enhance security and compliance in foreign environments. Overall, this file serves as a comprehensive guide for contractors to meet the security and operational standards necessary when engaging in government contracts, illustrating the federal government's commitment to maintaining safety and operational integrity within its facilities and missions.
    The document outlines infrastructure and training facilities associated with federal and state military training operations, specifically focusing on various training courses, septic systems, and holding tanks across different locations. Key facilities include obstacle courses, vehicle recovery sites, and multiple ranges for tactical training, with specific nomenclature assigned for identification. The document details the septic systems' capacity and pumping history for North and South Posts, highlighting their operational efficiency and maintenance needs. Significant notes include the conditions of respective leach fields, power anomalies, and operational issues with certain systems, such as septic tanks needing repairs or replacements. The data emphasize the importance of these systems for waste management and environmental compliance in military training contexts. This comprehensive analysis serves as a resource for military planners and government decision-makers involved in infrastructure maintenance and improvements, ensuring that the facilities meet operational standards while adhering to safety and regulatory guidelines. Overall, the emphasis on training environments reflects broader commitments to maintain effective military operations.
    The file outlines the workload estimates and requirements for the collection, removal, and disposition of sludge at the Wastewater Treatment Plant (WWTP) located in Building 2260. The data provides essential quantities for liquid and dry cake sludge as well as maintenance tasks, specifying minimum and maximum amounts. Liquid sludge has an estimated annual requirement of 500,000 gallons, while dry cake sludge involves 14 beds, with service efforts varying annually. Additionally, the document highlights maintenance tasks such as cleaning and inspecting the digester and reconditioning drying beds, emphasizing the dimensions and specifications of these facilities. The digester holds a capacity of 300,000 gallons, and the drying beds have specific dimensions and material requirements. Variations in workload should not be grounds for claims against the government, indicating the flexibility and expected changes in service levels during the contract. This file serves as a guidance tool within the context of federal and state/local requests for proposals (RFPs) for efficient sludge management in wastewater treatment operations.
    The attached document outlines the schedule and workload estimates for grease and debris removal at various wastewater treatment and collection facilities. It serves as a guide for contractors in estimating manpower and scheduling while acknowledging that workload estimates may vary during the contract, without eligibility for claims against the government due to such deviations. Facilities outlined include the Wastewater Treatment Plant (WWTP) and multiple lift stations, detailing capacities, locations, and removal frequencies. The document lists numerous grease interceptors across dining facilities with specified capacities and monthly or as-needed removal schedules. Additionally, sediment tanks at transfer and recycle centers are identified, with capacities and removal frequencies noted. The primary goal of this file is to communicate necessary operational requirements for the management of wastewater treatment facilities under government contracts, ensuring compliance with sanitation and environmental standards. Its relevance within federal and local RFPs highlights the importance of regular maintenance and removal schedules to uphold efficient wastewater management systems.
    The document outlines the workload estimates for the maintenance of vault latrines and septic tanks across various military training facilities. It serves as a guideline for contractors in estimating necessary manpower and scheduling, emphasizing that workload variations will not be grounds for claims against the government. The report categorizes facilities into three locations: Cantonment Area, North Post, and South Post, with an estimated capacity of 550 gallons for vault latrines, which are serviced annually. Notable facilities include the Engineering Site D11, various Training Sites, and Rappelling and Bayonet Training Courses. In addition to vault latrines, septic tanks are detailed with capacities ranging from 500 to 5000 gallons. These tanks are serviced either annually or on-call depending on their usage. Key sites include Range 2 in the Cantonment and multiple ranges across North and South Posts. Overall, the document provides essential logistical information for contractors involved in the maintenance of sanitary facilities, ensuring compliance with operational requirements within military installations.
    The document outlines a map detailing the locations of septic tanks and existing vaulted latrines on the South Post, along with other pertinent infrastructure. Created by Ryan Hytry, a GIS Technician from the Directorate of Public Works, the map serves as a visual reference for understanding the layout of essential sanitary facilities within the area. It includes notation for septic tank locations, other existing buildings, paved and unpaved roads and parking areas. The inclusion of a scale (0, 1, 2 miles) provides context for spatial awareness. This mapping information is crucial for federal and local planning initiatives that may involve construction, facility upgrades, or environmental assessments, ensuring that necessary sanitation systems are maintained and effectively managed to support public health and safety standards.
    The document outlines the locations of septic tanks and existing vaulted latrines at North Post, detailing their significance for sanitation and infrastructure planning. A map created by Ryan Hytry, a GIS Technician from the Directorate of Public Works, provides a visual representation of these facilities alongside existing buildings, paved and unpaved roads, and parking areas. The information is crucial for potential federal or state/local RFPs and grants focused on infrastructure upgrades, public health, and environmental compliance. By indicating specific sites and their conditions, the document assists in planning maintenance or replacement projects, ensuring effective allocation of resources and adherence to safety standards. This assessment reflects a commitment to maintaining hygienic and functional facilities in government-operated spaces.
    The document provides a detailed map outlining the locations of septic tanks and existing vaulted latrines within a cantonment area, created by Ryan Hytry, a GIS Technician from the Directorate of Public Works, dated September 3, 2014. This map includes a legend identifying septic tank locations, existing latrines, other buildings, paved and unpaved roads, and parking areas. The purpose of this mapping is to support ongoing infrastructure assessments and potential maintenance needs, informing related government requests for proposals (RFPs) and grants. By pinpointing sanitary facilities and their conditions, this information can guide decisions on upgrades or replacements, ensuring that public health standards are upheld in military or related settings. The document serves as an essential resource for planning and maintaining proper waste management systems within the specified area.
    The document details the service locations for oil water separator maintenance under a government contract. It emphasizes that the site locations provided on the accompanying map are approximate and intended to assist the contractor in estimating their workload and performance obligations. Any variations from the specified site locations will not warrant claims against the Government. Additionally, more precise maps and detailed layouts of the work areas will be made accessible following the contract award. This summary indicates the preliminary nature of the information and highlights the importance of proper contractor understanding for compliance and operational readiness in executing the required services.
    This document outlines the workload estimates and schedule for the maintenance of oil-water separators at various facilities within a government installation. The intention is to provide guidance to contractors for estimating manpower and scheduling requirements, while noting that changes in workload may occur and will not warrant claims against the government. Each facility is listed with specifications including nomenclature, location, unit type/model, estimated capacity in gallons, pump-out pipe diameter, and frequency of maintenance, which is categorized as "As Needed." The facilities include aircraft hangars, training pits, vehicle wash racks, and maintenance stations, primarily located in the Highland Tank system and Cantonment areas. Overall, this document serves as a technical reference for contractors in understanding operational needs and equipment specifics related to the oil-water separator maintenance across various sites.
    The document provides technical specifications for Oil Water Separators, specifically detailing the Highland Brand HT Series Tanks and Schier Brand Tanks. It serves as part of government RFPs related to environmental compliance and equipment procurement. The main focus is on the operational capabilities of these tanks, which are designed to effectively separate oil from water to minimize environmental impact and adhere to regulatory standards. Key aspects may include tank sizing, filtration efficiency, and design features that facilitate maintenance and access. The provision of contrasting brands implies a selection process for governmental entities looking to meet specific project requirements while ensuring proper environmental management practices. These specifications are crucial in securing funding through federal and state grants as well as meeting local procurement needs. Overall, the document underscores the importance of compliance, effectiveness, and practicality in environmental equipment selection within government projects.
    The document labeled "ATTACHMENT 13 – GREASE INTERCEPTOR STD DRAWING" serves as a technical specification related to the installation and functionality of grease interceptors. Grease interceptors are critical components in managing wastewater in commercial kitchens, preventing fats, oils, and grease from entering the sewage system. The file outlines standard construction drawings and design specifications necessary for compliance with municipal regulations. Key aspects include detailed illustrations of grease interceptor dimensions, installation requirements, and material specifications. Additionally, it addresses the necessary maintenance protocols to ensure efficiency and compliance with health and safety standards. The purpose of this attachment is to provide clear guidelines to contractors and stakeholders involved in federal, state, or local RFP processes related to wastewater management systems in food service establishments. By standardizing designs and operational procedures, the document aims to promote best practices for environmental compliance and public health protection.
    The document outlines details regarding the sewage gray water dump station located at Fort McCoy, specifically citing its geographic coordinates: 44.006913, -90.714106. The key focus is on establishing a sewage management system designed to efficiently handle gray water disposal at the Fort McCoy facility. The purpose of this initiative may align with federal regulation compliance and improvements in environmental management strategies within military installations. The geographical detail is crucial for precise site identification, indicating a targeted approach for potential contractors or service providers involved in the project. This underscores the necessity for a systematic and sustainable approach to waste management in compliance with regulatory frameworks.
    The document outlines the details regarding the Grease Interceptor, Vegetable Oil, and Sediment Tanks in the Cantonment Area. It comprises various reference numbers and locations, indicating where waste vegetable oil and grease interceptor sediment tanks are currently situated. Additionally, it includes a map created by Mark Hartman from the Directorate of Public Works, illustrating the layout of the cantonment area, including paved and unpaved roads, existing buildings, and designated locations for the tanks. The purpose of this documentation appears to relate to federal and local efforts to manage waste disposal and environmental compliance effectively. Overall, the file serves as a resource for understanding the existing infrastructure related to waste management within the specified area, which may be relevant for upcoming RFPs or grant applications targeting environmental management and public works projects.
    The Performance Work Statement (PWS) outlines the requirements for waste pumping and disposal services at Fort McCoy, Wisconsin. This 12-month contract, with four optional extensions, mandates the contractor to efficiently manage waste from facilities such as the Wastewater Treatment Plant, septic tanks, and oil/water separators while adhering to federal, state, and local regulations. The contractor has the autonomy to determine the methods of service delivery, promoting cost-effective and innovative practices. Performance standards focus on quality, timeliness, and quantity, with the government evaluating contractor performance through a Quality Assurance Surveillance Plan. Specific climatic conditions of the region are identified, emphasizing the need for flexible operations. Security protocols, employee qualification standards, and environmental compliance are detailed, underscoring the contractor's responsibility to ensure safety and proper procedures. The document emphasizes contractor accountability, with oversight by government representatives ensuring all services meet established performance metrics. It highlights the importance of customer satisfaction and adherence to ethical standards. Overall, the PWS serves as a comprehensive framework for managing waste services at the military installation, ensuring readiness through effective waste management.
    The Performance Work Statement (PWS) outlines requirements for waste pumping and disposal operations at Fort McCoy, Wisconsin. The contractor is tasked with managing the removal of liquid and dried cake sludge, servicing grease interceptors, pumping septic tanks, and maintaining oil-water separators, ensuring compliance with federal, state, and local standards. Essential aspects include establishing a service schedule within specified timeframes, emergency response guidelines, safe disposal practices, and maintaining documentation for services rendered. The contractor will utilize environmentally friendly cleaning agents and is responsible for proper transportation of waste to state-approved facilities. Detailed processes for specific services such as sludge removal, grease and debris cleaning, and inspection reports are described, highlighting required methods, reporting, and billing structures. The PWS emphasizes sustainability through recycling initiatives and mandates adherence to safety protocols to prevent spills or contamination. This document reflects the government's commitment to regulatory compliance and efficient waste management at military facilities.
    The document outlines the solicitation for Waste Pumping and Disposal services to be performed at the Garrison-Fort McCoy, WI, as part of a contract aimed at supporting women-owned small businesses (WOSB). The estimated total contract amount is $9,000,000, with a performance period running from April 1, 2025, to March 31, 2030. It details various line items for specific services such as liquid sludge removal, anaerobic digester cleaning, and scheduled pumping, each with distinct quantities and payment arrangements. The solicitation adheres to federal acquisition regulations, ensuring compliance with clauses related to safeguarding information and subcontracting limitations. It requires the contractor to provide a range of waste management services while ensuring inspection and acceptance conditions are met at specified locations. The document emphasizes the importance of adherence to performance work statements, highlighting the governmental objective of enhancing service delivery through the engagement of certified small businesses. Overall, the solicitation exemplifies governmental efforts to promote equality and efficiency in public service contracts while maintaining environmental standards and regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Refuse/Recycling Services for WI088 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for refuse and recycling services at the Fort McCoy military installation in Wisconsin. This procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and environmental standards on the base. The contract is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting local and small enterprises in government contracting. Interested vendors can reach out to Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details regarding the solicitation process.
    Water and Wastewater Lab Analysis for Fort McCoy
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for Water and Wastewater Laboratory Analysis Services at Fort McCoy, Wisconsin. The contract requires a Wisconsin-certified laboratory to conduct comprehensive testing of drinking water, wastewater effluent, and sludge samples, adhering to Environmental Protection Agency methodologies and state regulations. This procurement is crucial for ensuring compliance with environmental standards and maintaining safe water quality, reflecting the government's commitment to environmental protection. Interested small businesses must submit their proposals by the specified deadlines, with an estimated base contract value of $30,000 and a total potential value of approximately $184,001.54 if all options are exercised. For further inquiries, contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Guardian Response 25 Grey Water Support for Multiple Sites in Indiana
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Guardian Response 25 Gray Water Support project, which involves the management of gray water at multiple sites in Indiana, including the Muscatatuck Urban Training Center. The primary objective is to provide comprehensive gray water storage and removal services, ensuring compliance with federal, state, and local regulations while promoting sustainable water management practices. This initiative is critical for supporting training events related to search and rescue and casualty decontamination, emphasizing the importance of effective resource management in emergency preparedness. Interested small businesses, particularly those owned by women, are encouraged to submit proposals by the deadline, with an estimated contract value of $9 million and performance scheduled from April 24 to May 15, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    IDIQ Solid Waste Disposal Home Mountain Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide solid waste pickup and disposal services for the Mountain Home Project Office in Arkansas. The contractor will be responsible for delivering all necessary personnel, equipment, and supplies to perform these services, adhering to the performance standards outlined in the contract. This procurement is crucial for maintaining cleanliness and environmental standards at the project site, ensuring efficient waste management operations. Interested small businesses must submit their quotes by March 4, 2025, with the contract spanning five years, including a base period and four optional renewal years. For further inquiries, potential bidders can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.
    Refuse and Recycling Services for IL177 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services for multiple Army Reserve facilities in Illinois under Contract IL177. The procurement encompasses comprehensive waste management operations, including the collection, transportation, and processing of refuse and recycling materials, with a total contract value of up to $47 million and a performance period starting April 1, 2025, and extending through March 31, 2026, with options for additional years. This initiative is crucial for maintaining environmental standards and compliance with federal regulations, emphasizing participation from small businesses, particularly Women-Owned Small Businesses (WOSB). Interested parties should contact Breanna Huff at breanna.d.huff.civ@army.mil for further details and to ensure compliance with the outlined requirements and deadlines.
    Latrines, Showers, and Hand Washing Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide portable latrines, showers, and hand washing stations at Fort Knox, Kentucky. The procurement aims to establish a reliable sanitation service that includes the rental, servicing, and waste disposal of portable sanitation facilities, ensuring compliance with safety and quality standards. This contract, valued at $9,000,000, is set aside for small businesses, particularly women-owned small businesses, reflecting the government's commitment to enhancing sanitary conditions in military operations. Interested vendors should contact Kristy Mattingly at kristy.n.mattingly.civ@army.mil or 502-624-1493 for further details and adhere to submission guidelines by the specified deadline.
    Grounds Maintenance Services for WI088 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services for WI088 (MS) at Fort McCoy. The procurement aims to ensure the upkeep and aesthetic maintenance of the grounds, which is vital for operational readiness and the overall environment of the military installation. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran-owned enterprises. Interested parties can reach out to Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details regarding the solicitation process.
    Portable Latrines and Hand Wash Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the rental and maintenance of portable latrines and hand wash stations at Fort Gregg-Adams, Virginia. The procurement includes a five-year contract with a phase-in period starting March 1, 2025, followed by a base year and four option years, requiring contractors to provide various types of units, including standard, ADA-compliant, and handwashing stations, while adhering to strict maintenance and quality standards. This initiative is crucial for ensuring sanitation and hygiene in military operations, reflecting the government's commitment to public health and compliance with federal regulations. Proposals are due by March 10, 2025, and interested parties can contact Heather Jarratt at heather.b.jarratt.civ@army.mil or Dr. Regina Givens at regina.n.givens.civ@army.mil for further information.
    Marine Corps Installations East- Waste Management Services
    Buyer not available
    The Department of Defense, specifically the Commanding General of Marine Corps Installations East, is seeking qualified contractors to provide waste management services at Camp Lejeune, North Carolina. The procurement involves a fixed-price contract for the delivery, setup, routine servicing, and removal of portable toilets, hand washing stations, dumpsters, and gray water tanks to support military training activities within a 60-mile radius of the base. These services are crucial for maintaining sanitary conditions during training operations, ensuring compliance with health and safety standards. Interested small businesses are encouraged to contact Jennifer Nelson at jennifer.blair@usmc.mil or Nathan Burns at nathan.p.burns.mil@usmc.mil for further details, as this opportunity is set aside for total small business participation.
    Philpott Liquid Waste Removal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for liquid waste removal and disposal services at the Philpott Lake Project in Virginia. This contract, set aside for small businesses, encompasses a one-year base period with four optional 12-month extensions, with a total contract value capped at $30,000. The selected contractor will be responsible for pumping waste from various facilities, ensuring compliance with state regulations, and maintaining effective communication with the government’s Contracting Officer Representative. Interested contractors should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.