Gray Water Removal Services - Long Beach Port, CA
ID: W911SA25QA141Type: 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, through the Department of the Army, is seeking qualified contractors to provide Gray Water Removal Services at the Long Beach Port, California, with a total estimated award amount of $9,000,000. The contract requires the contractor to manage the collection, storage, and disposal of gray water generated from training activities, specifically utilizing 1,000-gallon and 3,000-gallon containers, during the performance period from May 27 to June 17, 2025. This initiative is crucial for ensuring environmentally sustainable waste management practices during military training exercises, aligning with federal regulations and socio-economic goals to engage women-owned small businesses. Interested parties should direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil and ensure compliance with submission deadlines, including amendments that extend the offer submission date to May 9, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a government solicitation (W911SA25QA141), primarily focusing on vendor inquiries regarding a contract related to holding tanks and pumping services. The amendment extends the deadline for offer submissions and provides answers to several key vendor questions. Important clarifications include that contractors can haul more than 3,000 gallons per day and that the operational area accommodates larger trucks. While the requirement for holding tanks can include smaller sizes totaling the specified capacity (1,000 and 3,000 gallons), the maximum height for these tanks is set at 18 feet. Access to the port does not require a TWIC card, and the service falls under prevailing wage laws (FAR 52.222-41). The document reflects a typical process in government RFPs, ensuring transparency and adherence to regulations by informing vendors about contract conditions and terms of engagement. Overall, it maintains structure and formal tone indicative of governmental communications, emphasizing clarity and compliance with administrative processes.
    This document is an amendment to a federal solicitation that seeks to modify existing requirements and provide responses to vendor inquiries regarding a contract for hauling and holding tank services. The amendment extends the submission deadline for offers from May 6, 2025, to May 9, 2025, and clarifies various technical specifications related to the project, such as the allowable size of holding tanks, accessibility for larger trucks, and the hours for pumping services. Additionally, it confirms that contractors are subject to prevailing wage requirements and outlines necessary documentation for submissions, including quoting deadlines and requirements for teaming agreements. Vendors must also acknowledge receipt of this amendment to avoid the rejection of their offers. This amendment serves to ensure potential contractors have the necessary information to submit compliant and competitive proposals while addressing various logistical and regulatory queries they may have.
    The 84th Training Command is seeking a contractor to provide Gray Water Support during its summer Combat Support Training Exercise from May 27 to June 17, 2025, at Long Beach Port, California. This firm fixed-price contract requires the contractor to supply all necessary personnel, equipment, and materials to handle gray water collection, storage, removal, and disposal, including providing two hard plastic containers (1,000 and 3,000 gallons) for storage. The contractor must monitor the container levels, adhere to local and federal regulations for disposal, and maintain a service log documenting all operations. Additionally, a Contract Manager will oversee contract compliance, and all contractor personnel must wear ID badges. The contractor is responsible for quality control, with the Government conducting performance evaluations. Specific tasks include providing compatible gray water removal equipment and a rapid response protocol for any spills. The contractor is also required to comply with all applicable safety and environmental regulations. This documentation reflects the Government's intent to solicit a comprehensive solution ensuring efficient gray water management during critical training operations.
    The 84th Training Command is seeking a contractor to provide Gray Water Support during its summer Combat Support Training Exercise from May 27 to June 17, 2025, at Long Beach Port, California. This firm fixed-price contract requires the contractor to supply all necessary personnel, equipment, and materials to handle gray water collection, storage, removal, and disposal, including providing two hard plastic containers (1,000 and 3,000 gallons) for storage. The contractor must monitor the container levels, adhere to local and federal regulations for disposal, and maintain a service log documenting all operations. Additionally, a Contract Manager will oversee contract compliance, and all contractor personnel must wear ID badges. The contractor is responsible for quality control, with the Government conducting performance evaluations. Specific tasks include providing compatible gray water removal equipment and a rapid response protocol for any spills. The contractor is also required to comply with all applicable safety and environmental regulations. This documentation reflects the Government's intent to solicit a comprehensive solution ensuring efficient gray water management during critical training operations.
    The document is an Antiterrorism/Operations Security Review Cover Sheet outlining requirements for evaluating contract packages related to antiterrorism (AT) and operational security (OPSEC) in the Army. It mandates that a signed cover sheet be included for all relevant contracts except for certain low-value supply contracts. Each contract package must be reviewed by the organizational antiterrorism officer (ATO) and an OPSEC officer, ensuring compliance with Army regulations. Key elements include various training requirements for contractor personnel, such as AT Level I training and OPSEC training, as well as measures for accessing government facilities and handling classified information. The document specifies necessary contractual language and reviews based on specific security aspects, including contracts involving foreign countries and classified materials. It serves as a critical tool in ensuring that contractors are adequately prepared to protect sensitive information and personnel while adhering to operational security protocols. This ensures compliance and readiness in addressing potential security threats while engaging with government contracts.
    This document outlines the performance requirements for a government contract focused on gray water collection and removal services. The contractor is tasked with providing two hard plastic gray water containers (1,000-gallon and 3,000-gallon) to manage waste water from various sources, including trailers used for showers and cooking, at specific training locations. Performance standards require 100% compliance for the container provision, while gray water disposal must manage up to 63,000 gallons during the contract period, with a minimum performance threshold of 95%. Incentives include positive ratings and full payments for compliance, whereas non-compliance may result in reports and possible deductions from compensation. Overall, this document specifies the operational expectations and quality standards essential for effective contract execution in accordance with government regulations and the overarching goals of the Department of Defense or related agencies. This structure supports the bid evaluation process within the context of federal grants and RFPs, ensuring contractors meet rigorous performance criteria.
    This document outlines the deliverables required under a government contract, providing a schedule detailing the submission deadlines, format, frequency, and recipients for key deliverables. The main deliverables include key personnel updates, business licenses, employee identification lists, invoices, service logs, spill logs, and insurance documentation. Specific requirements dictate that these documents must be submitted via digital and email channels to the Contracting Officer's Representative (COR) and the Administrative Contracting Officer (KO) within established time frames—often 5 to 10 days before the contract's performance start date or after contract award. The document emphasizes the need for timely updates, particularly when personnel changes occur or as contractual obligations evolve. This systematic approach ensures compliance with contractual agreements, facilitates proper management of services, and maintains communication with governing authorities. The overall purpose is to ensure all parties are informed and prepared to meet contractual performance obligations.
    This document provides a Wage Determination Log for San Pedro, Los Angeles County, California, specifically referencing Wage Determination Number 2015-5613. It serves as a reference point for determining wage rates in federal contracts within the specified location. Users are directed to visit https://sam.gov/wage-determinations for full wage details by location and wage determination number, facilitating compliance with federal contracting standards. The Wage Determination is crucial for ensuring fair compensation in government-funded work, aligning with legal and regulatory requirements for labor conditions in federal projects. Additionally, it notes the revision date as December 22, 2024, indicating the document's currency and importance in maintaining updated wage information for contractors and subcontractors engaged in federal projects. The file is structured as a straightforward log emphasizing adherence to proper wage determination protocols.
    The government document indicates a focus on a location identified as 111 Pier S Ave. While the specific content and context are minimal, it typically pertains to government RFPs (Requests for Proposals) or grants associated with development or projects at this site. Such inquiries usually emphasize funding opportunities, project scopes, and compliance with federal or state regulations. Local engagement, environmental assessments, and partnership opportunities may also be implicit within the broader context of the RFP process. However, without additional details, the document does not present any substantial project specifications or timelines. It seems to serve as a starting point for potential proposals or grants related to this address, laying the groundwork for future planning and investment in the area.
    The Women-Owned Small Business (WOSB) solicitation encompasses a federal request for quotes related to Gray Water Removal Services at the Long Beach Port, CA, with an estimated total award amount of USD 9,000,000. The contract aims to establish services for the collection, storage, and disposal of gray water produced from various training equipment, specifically focusing on 1,000-gallon and 3,000-gallon container capacities. The contract performance period ranges from May 27, 2025 to June 17, 2025. The solicitation incorporates essential Federal Acquisition Regulation (FAR) clauses, highlights the importance of adhering to laws regarding service contracts, and outlines specifications for contractor insurance. It mandates a commitment to comply with environmental regulations and emphasizes the importance of contractor past performance for future evaluations. Submissions must comply with strict timelines, include all required documents, and any inquiries must be submitted in writing. This solicitation represents the government's efforts to enhance environmentally sustainable practices and efficient waste management through partnerships with women-owned businesses, contributing to broader socio-economic goals while ensuring compliance with federal mandates.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    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.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    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.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.