Grease Trap Maintenance
ID: FA303025Q0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, 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 Department of the Air Force, is soliciting bids for grease trap maintenance services at Goodfellow Air Force Base in Texas. The contractor will be responsible for pumping, cleaning, scraping, transporting, and disposing of waste from grease traps, with services required on a monthly and quarterly basis as outlined in the Performance Work Statement (PWS). This maintenance is crucial for ensuring the proper functioning of drainage systems and compliance with environmental regulations. Interested small businesses must submit their quotes by December 23, 2024, and are encouraged to attend a pre-quote site visit on December 10, 2024, to familiarize themselves with the requirements. For further inquiries, contact SSgt Robert Cosper at robert.cosper@us.af.mil or TSgt Patrick Berger at patrick.berger@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Goodfellow Air Force Base is seeking a contractor for grease trap services for FY2025. The contractor will provide all necessary personnel, tools, and equipment to pump, inspect, clean, transport, and dispose of waste from grease traps at various base locations. Services include monthly, quarterly, and annual cleaning and inspection of specific buildings, with strict adherence to scheduling, clean-up protocols, and disposal at TCEQ-certified sites. The contractor must submit a Quality Control Plan, provide change of custody receipts, and comply with all federal, state, and local environmental, safety, and security regulations. This includes obtaining base access, adhering to traffic laws, and following security directives for personnel and vehicles.
    This Performance Work Statement (PWS) outlines the requirements for grease trap services at Goodfellow Air Force Base (GAFB), Texas, for Fiscal Year 2025. The contractor is responsible for providing all personnel, tools, supplies, vehicles, equipment, and licenses necessary to pump, clean, scrape, transport, and dispose of waste from grease traps. Services include monthly and quarterly pumping of specific buildings, ensuring clear drainage lines, and immediate cleanup of any spills. All waste must be disposed of at a Texas Commission on Environmental Quality (TCEQ) certified Type V disposal site, with proposed locations approved by GAFB. The contractor must provide change of custody receipts after each service and submit chain of custody affidavits to the City of San Angelo. The PWS also details quality control, quality assurance, general information, and base access procedures, including security requirements, hours of operation, and federal holidays.
    This government file, Wage Determination No. 2015-5251, Revision No. 24, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract workers in Irion and Tom Green Counties, Texas. It specifies that contracts entered into on or after January 30, 2022, are subject to Executive Order 14026, requiring a minimum wage of $17.20 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed or extended after January 30, 2022, fall under Executive Order 13658, with a minimum wage of $12.90 per hour. The document details health and welfare benefits, including paid sick leave under EO 13706, vacation, and eleven paid holidays. It also provides specific wage rates for numerous occupations, hazardous duty differentials, and uniform allowance guidelines. Procedures for conforming unlisted occupations are also described, emphasizing that job duties, not titles, determine classification.
    This government solicitation outlines the evaluation criteria for awarding contracts using a Lowest Price Technically Acceptable (LPTA) procedure. The primary factors for evaluation are Price (Factor 1) and Technical acceptability (Factor 2), with Price being more important. The government will establish a competitive range based on price, then evaluate the lowest offer for technical acceptability. If the lowest offer is not technically acceptable, the next lowest offer will be considered. Price evaluation includes reasonableness and realism analyses, using methods like comparative analysis or commercial price lists. Technical proposals require a Capability Statement, evaluated against the Performance Work Statement (PWS) for an Acceptable/Unacceptable rating. Contractors must demonstrate capabilities in waste cleanup, disposal, and grease trap maintenance as per PWS sections 1.1.4 and 1.1.5.
    The Department of the Air Force's 17th Training Wing at Goodfellow Air Force Base requested unescorted base access for contractors. This access is for a pre-contract site visit related to grease trap maintenance at Building 707 and a pre-quote site visit at Building 448 for the 17th Contracting Squadron. The request specifies periodic access for named individuals on specific dates and times in July 2024. The sponsoring Contract Specialist, SSgt Robert Cosper, will ensure visitors are briefed on vehicle operation requirements, including valid licenses, registration, and insurance. Upon completion, passes will be returned to the Visitor Control Center. This request is part of the initial phase of federal procurement, likely a pre-solicitation or solicitation event for future contract bidding.
    The Performance Work Statement (PWS) for Grease Traps service at Goodfellow Air Force Base outlines the requirements for contractors responsible for maintaining grease traps in compliance with environmental regulations. The contractor must supply all necessary personnel, tools, and equipment to service identified grease traps, ensuring efficient pumping, cleaning, and disposal of waste at certified sites. Services are scheduled monthly and quarterly according to specific buildings, with the contractor required to notify the Contracting Officer’s Representative (COR) before commencement. Quality Control measures enforce adherence to performance thresholds, with inspections and records maintained for compliance tracking by the government. Safety, environmental laws, and transportation regulations must be observed, ensuring contract personnel present a professional appearance and complete necessary training. Access procedures for contractor personnel on the base are outlined, including identification and vehicle pass requirements. Additionally, the document includes detailed deliverables, disposal protocols, and performance expectations, reinforcing the mission to maintain infrastructure integrity and support operational needs at the Air Force Base. Overall, this PWS establishes essential guidelines for delivering reliable and compliant grease trap services within the stipulated time frames.
    The Performance Work Statement (PWS) for Grease Traps at Goodfellow Air Force Base outlines the requirements for contract services in FY 2025. The contractor is responsible for the comprehensive servicing of grease traps, including pumping, cleaning, and disposing of waste while adhering to industry standards and environmental regulations. The work schedule includes monthly and quarterly servicing for specific buildings as detailed in the document. Service areas include ensuring all units are maintained free-flowing, reporting any spills, and restoring sites to their original condition. The contractor must provide timely notifications before commencing services, maintain quality control records, and submit change of custody receipts for waste disposed of at approved facilities. Safety requirements align with OSHA standards, and contractors must comply with federal regulations regarding base access, personnel identification, and environmental practices. The document emphasizes accountability for any unsatisfactory performance, requiring immediate corrective actions. Additionally, clear guidelines for contractor personnel conduct, traffic laws, and security are defined, underlining the mission's essential nature during crises. This PWS serves as a detailed framework ensuring effective management of grease trap services, promoting operational effectiveness at the base.
    The document outlines Wage Determination No. 2015-5251, revised on July 22, 2024, under the U.S. Department of Labor's Service Contract Act. It specifies minimum wage requirements tied to Executive Orders 14026 and 13658 for federal contracts, mandating that effective January 30, 2022, workers in Texas counties of Irion and Tom Green must be paid at least $17.20 per hour, or the higher applicable wage listed. The file details various job classifications and associated wage rates, alongside fringe benefits requirements including health and welfare, vacation, and holiday leave. The document emphasizes compliance with additional labor laws regarding paid sick leave for contractors and outlines conformance processes for unlisted job classifications. It serves as a crucial reference for contractors working under federal agreements, ensuring fair compensation and worker protections. This document's central purpose is to guide employers and federal agencies in adhering to prevailing wage standards and labor rights as part of government contracts and grants.
    The document outlines the evaluation criteria for government contracts utilizing Lowest Price Technically Acceptable (LPTA) procedures. It specifies that contracts will be awarded to offers that are both responsible and advantageous to the government, with price considered more critical than technical aspects or past performance. Evaluation consists of two main factors: Price and Technical capability. Factor 1 involves determining the Total Evaluated Price (TEP) through a multiplication of proposed unit prices and quantities for each Contract Line Item Number (CLIN). The government will assess price reasonableness and realism, comparing proposals against historical prices and independent estimates to ensure that they align with industry standards. Factor 2 focuses on the technical aspects, requiring contractors to submit a Capability Statement evaluated against the Performance Work Statement (PWS). Technical proposals will receive Acceptable or Unacceptable ratings based on their conformity to the solicitation requirements, including the ability to clean and dispose of waste materials and perform maintenance on grease traps. This document serves to guide the award process for federal contracts by ensuring a balanced assessment of value and compliance with specified technical standards.
    The memorandum from the 17th Training Wing at Goodfellow Air Force Base outlines a request for unescorted base access passes for a contractor performing grease trap maintenance as part of a pre-contract site visit. The document details the specific contractors needing access, their identification details, and the schedule for their visits to Building 448 and various communication manholes on base. It emphasizes compliance with vehicle operation regulations, mandating valid licenses, registrations, and insurance. The memorandum concludes with a commitment to return visitor passes upon completion of the visits. This document is part of standard procedures for managing contractor access to military installations, ensuring security and regulatory compliance in conjunction with the contracting process.
    This government file, FA303025Q0001, details the Q&A for a Grease Trap Maintenance RFP. The incumbent is Doucet Plumbing, Inc., with a previous award of $203,351.00. Key changes for this new requirement include the addition of an inspection requirement, annual inspection with in-depth cleaning and scraping of tanks (though hydro jetting is not anticipated), and a shift for two quarterly cleanings to monthly. Repairs are generally not covered, except for contractor negligence. Service hours are strictly 0730-1600. This is a Small-Business Set-Aside, with no preference for SDVOSB companies. The document clarifies that maintenance frequency will follow Appendix A, which lists specific buildings for monthly and quarterly cleaning. Grease trap sizes are approximate in Appendix A and updated in the revised PWS; modifications would be executed for incorrect sizing. Drawings may be difficult to provide during solicitation. Relocating interceptors is not part of this requirement, but changes in size or location would necessitate a modification.
    The document outlines the details regarding the maintenance contract for grease traps under Request for Proposal FA303025Q0001. It confirms Doucet Plumbing, Inc. as the incumbent, with an existing contract valued at $203,351.00. The new requirement mandates a change from quarterly to monthly cleaning for some buildings and introduces annual inspections. The Government will not cover repairs related to contractor negligence, and relocation of grease traps is not included in this scope. Service hours are strictly between 7:30 AM and 4:00 PM, and no preference is given to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as it is a small-business set-aside. Key logistical questions are addressed, including the availability of size specifications, which will lead to contract modifications if discrepancies arise. The document emphasizes compliance with outlined service requirements and the responsibility of the contractor for potential damages during service. Overall, the purpose is to clarify maintenance expectations, responsibilities, and procedures for potential contractors in alignment with federal procurement standards.
    This government solicitation (FA303025Q0001) is for Women-Owned Small Businesses (WOSB) to provide grease trap maintenance services, including quarterly cleaning and monthly maintenance, at Goodfellow AFB, TX. The contract spans a base period from January 25, 2025, to January 24, 2026, with four one-year option periods and a final six-month option, extending potentially to July 24, 2030. The estimated total award amount is USD 16,500,000.00. Services involve pumping, cleaning, scraping, transporting, and disposing of waste, ensuring drainage lines are clear. The solicitation details invoicing via Wide Area WorkFlow (WAWF) and incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering various contractual requirements, including those for commercial products and services, small business programs, labor standards, and data security. Key contacts for solicitation information are Robert Cosper and Meradeth Balch for inspection and acceptance.
    This document, Amendment/Modification Number 0001 to Solicitation Number FA303025Q0001, issued by FA3030 17 CONS CC, amends a solicitation related to a contract ID J. The amendment, effective December 13, 2024, updates the Performance Work Statement (PWS) to incorporate inspections, in-depth cleaning and scraping, and corrected grease trap capacities. It also attaches a Questions and Answers document. The original PWS is superseded by the revised PWS dated December 12, 2024. This modification ensures all terms and conditions of the original solicitation, as previously changed, remain in full force and effect, with the noted updates. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    The file outlines a solicitation for a contract targeting women-owned small businesses (WOSB) for grease trap maintenance services at Goodfellow Air Force Base, Texas. The requisition number FA303025Q0001 establishes the contract award at a total amount of $16,500,000, valid from December 2, 2024, with an offer due date of December 23, 2024. The services required include quarterly cleaning and monthly maintenance of grease traps over multiple performance years, detailing quantities and fixed pricing for each service. Additionally, the contractor must manage the pumping, cleaning, scraping, and disposal of waste, ensuring proper return of system components after servicing. The document specifies inspection and acceptance locations, administrative details, and outlines various clauses to be adhered to under FAR and DFARS regulations. It supports federal initiatives to promote opportunities for disadvantaged business sectors while ensuring compliance with federal contracting standards. This solicitation underscores the government’s commitment to leveraging small businesses to fulfill contract requirements effectively while adhering to appropriate safety and regulatory protocols.
    This document is an amendment to a federal solicitation, extending the deadline for offers and detailing important procedural changes regarding submissions. Offerors are required to acknowledge receipt of the amendment through specified methods, such as returning copies of the amendment or through electronic means. Additionally, the document outlines the protocol for modifying existing contracts or orders, emphasizing the need for references to the solicitation and amendment numbers when changes are proposed. The amendment primarily serves to update the Performance Work Statement (PWS) to include requirements for inspections, in-depth cleaning, scraping, and adjustments to grease trap capacities. It also attaches a Questions and Answers document, indicating a commitment to clarifying any uncertainties regarding the solicitation. The overall purpose of the amendment is to ensure that all terms and conditions remain intact while providing updated information relevant to potential contractors. This amendment exemplifies the procedural rigor inherent in government contracting, ensuring transparency and compliance for all parties involved in the procurement process.
    Lifecycle
    Title
    Type
    Grease Trap Maintenance
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    633 CES Refurbish 3 Pumps in Main Lift Station
    Buyer not available
    The Department of Defense, through the 633rd Contracting Squadron at Langley Air Force Base, is soliciting quotes for the refurbishment of three pumps in the Main Lift Station. The project aims to restore full operational capacity to the sewage lift station, which currently has only one of its three pumps functioning, by providing comprehensive diagnostic testing and necessary repairs or replacements. This procurement is critical for maintaining effective waste management services at the facility, ensuring compliance with environmental standards and operational efficiency. Quotes are due by 4:30 PM Eastern Time on December 8, 2025, and must be submitted via email to the primary contacts, Vanity Wright and Emoni Bright. Interested contractors must be registered with SAM.gov and adhere to the outlined requirements, including wage determinations and safety protocols.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    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.
    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.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    MFR Wash Rack Services
    Buyer not available
    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.
    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.