Oil/Water Separator, Grease Trap, Lift Station & Wastewater Treatment Plant Maintenance
ID: F2U3124340AQ01Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4887 56 CONS CCLUKE AFB, AZ, 85309-1217, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance of oil/water separators, grease traps, lift stations, and septic tanks at Luke Air Force Base in Arizona. The contract requires routine maintenance, including pumping services and bioremediation treatments, with a focus on ensuring compliance with environmental regulations and operational efficiency. This procurement is particularly significant as it is set aside for SBA Certified Women-Owned Small Businesses (WOSB), reflecting the government's commitment to promoting equity in federal contracting. Interested vendors must submit their proposals by February 3, 2025, and can direct inquiries to Velma Wynn at velma.wynn.1@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil, with a total contract value estimated at $16.5 million over a base year and four option years.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the maintenance schedules and usage rates for various facilities under the ownership of OWS Services, dated June 4, 2019. It categorizes different buildings into two main contract line item numbers (CLINs): X001 and X002. Facilities listed under CLIN X001, such as wash racks and petroleum, oil, and lubricant (POL) areas, exhibit a high usage rate with a monthly maintenance requirement, while CLIN X002 encompasses transportation, wash racks, hangars, shops, and corrosion control facilities with a moderate to low usage rate and a quarterly maintenance schedule. The varying usage rates highlight the operational intensity and maintenance needs for each facility type. Overall, the summary provides insights into the regular maintenance requirements for federal installations, underscoring the importance of diligent upkeep for facility efficiency and regulatory compliance in government operations.
    This document outlines the maintenance schedule for grease trap services across various buildings. It specifies the building numbers, functions, and sizes of grease traps in gallons, indicating that maintenance is required monthly for all listed facilities. The total capacity of grease traps across these sites amounts to 6,000 gallons. Buildings included are Club Five Six, Hensman Dining, Flight Line Dining, Child Development Center, Burger King, BX Food Court, Commissary, and the Golf Course. The monthly maintenance is critical for ensuring proper waste management and environmental compliance, potentially aligning with government regulations regarding food service operations. This schedule reflects a routine operational need aimed at maintaining sanitary conditions in government facilities.
    The document is a Spill Prevention Control & Countermeasures (SPCC) Plan related to Luke Air Force Base in Arizona. It primarily addresses the locations and management of various oil-water separators and drainage systems within the base to prevent environmental contamination. It maps out major features, including storm sewer lines, drainage areas, and relevant waterways such as the Adaman Canal and Agua Fria River. The plan emphasizes the importance of effective management of these systems to adhere to federal and state environmental standards, ensuring proper handling of potential spills. The structure incorporates mapping data, with visual references to drainage and management systems, highlighting key operational areas within the base. By outlining the site-specific features and regulatory compliance measures, the document serves as a critical tool for environmental protection and risk mitigation efforts at the facility, in alignment with broader government mandates and regulations.
    The document outlines a design proposal for lift stations and pump stations, focusing on infrastructure related to airfield operations dated June 12, 2018. It includes schematic representations indicating distances and building labels relevant to the pump station facilities. The designated areas measure up to 840 feet and 250 meters, indicating specific site layouts critical for operational efficiency. The document's context points toward a request for proposals (RFP) for federal or local funding aimed at enhancing airfield infrastructure. It emphasizes the necessity for detailed plans that ensure the effective functioning of these essential utilities, potentially underlining compliance with federal standards for safety and operational success. The clear delineation of structures and measurements suggests a reliance on precise engineering and architectural standards, necessary for the management of lift and pump systems crucial for airfield functionality.
    The document outlines the maintenance schedule for septic tanks at Luke Air Force Base (Luke AFB), detailing specific buildings and their functions. It lists the tank sizes, each with a capacity of 6,000 gallons, and specifies the frequency of maintenance for various buildings: Building 1040, serving the Club Five Six, is maintained annually; four buildings associated with ammunition storage (numbers 1238, 1234, and 1248) require monthly and quarterly maintenance checks. The structured presentation emphasizes the importance of regular maintenance to ensure operational efficiency and compliance with environmental regulations. This document is integral to federal infrastructure management, reflecting the systematic approach required in government contracts concerning facility management and maintenance protocols.
    The document pertains to the mapping of septic tanks located at Luke Air Force Base (AFB), specifically within Building 1040 in the Ammo Area. This mapping is essential for understanding the logistics and environmental implications regarding waste management in the area. By identifying the locations of septic tanks, the initiative aims to ensure compliance with local and federal regulations concerning environmental safety and public health. The comprehensive mapping supports future planning and maintenance efforts, indicating a proactive approach to manage potential environmental risks associated with septic systems. This aligns with broader government goals of maintaining infrastructure and safeguarding ecological standards at military installations.
    The Performance Work Statement (PWS) outlines the maintenance requirements for oil/water separators (OWS), grease traps, lift stations, and septic tanks at Luke Air Force Base, Arizona, for Fiscal Years 2025 to 2029. The contractor is responsible for providing labor, equipment, and materials to ensure these systems remain operational during maintenance operations. Key services include bioremediation treatments using non-pathogenic microbes, regular pumping, and transportation of waste. OWS and grease traps will undergo monthly or quarterly servicing, with specific bacteria selected for effective treatment. Pumping services are required for all systems based on usage and conditions, including septic tanks and facilities in the base's ammunitions area. The contractor must track all materials through the Hazardous Material Authorization system and notify the Plumbing shop prior to service execution. Quality control measures mandate regular inspection and compliance checks, with contractor performance monitored quarterly by a government representative. Overall, this PWS emphasizes environmental compliance and operational efficiency within the base's utility management strategy.
    The Performance Work Statement (PWS) outlines the maintenance requirements for oil/water separators (OWS), grease traps, lift stations, and wastewater treatment facilities at Luke Air Force Base (AFB) from FY25-FY29. The contractor is responsible for providing all necessary labor, equipment, and materials to ensure the continuous operation of these systems while performing bioremediation to minimize contaminants and odors. Specific maintenance tasks include monthly or quarterly servicing of OWS and grease traps using non-pathogenic bacteria and monitoring their conditions. The contractor must also pump and dispose of fluids from these systems as needed and follow strict hazardous material tracking protocols. Quality assurance and control measures are emphasized, involving quarterly evaluations by government representatives to ensure compliance with performance objectives, operational effectiveness, and adherence to regulations. The PWS provides a detailed approach to maintaining essential wastewater management systems critical to environmental and operational standards at the base.
    The document outlines clarification on access, security requirements, and operational procedures for plumbing technicians at a base, specifically regarding the maintenance of oil-water separators (OWSs), grease traps, and lift stations. Technicians must check in at a Visitor’s Center, have commercial vehicles inspected, and will be escorted while on-site. The pumping of OWSs and grease traps is required every six months if chemicals are effective, with a separate pumping schedule provided by the contractor. The statement of work confirms coverage for specific lift stations and septic tanks but excludes emergency repairs. Additionally, it discusses maintenance checklists, water access, and the hauling off of pumped materials, with certain operations requiring heavy equipment provided by the base. The document reinforces the importance of adherence to the contracting schedule and highlights the need for contractor input in scheduling maintenance and pumping operations. There is a firm deadline for the submission of Request for Information (RFI) by January 17, 2025, with no extension for proposal submissions. Overall, it emphasizes clarity in operational responsibilities to ensure compliance with contract stipulations.
    The Women-Owned Small Business (WOSB) solicitation outlines requirements for maintaining oil-water separators (OWS), grease traps, and lift stations at Luke Air Force Base. The initiative is valued at $16.5 million and involves monthly and quarterly maintenance, wastewater pumping, and provision of reimbursable supplies. The contract includes a specified period of performance from February 1, 2025, to January 31, 2026, covering firm fixed-price tasks over multiple option periods until 2029. The document specifies deliverables, including quantities and unit prices, and requires adherence to the Performance Work Statement (PWS) for inspection and acceptance criteria. Government points of contact have been designated for clarity in the bid process. This solicitation aligns with federal initiatives to promote equity for women-owned businesses in government contracting, emphasizing the need for skilled maintenance services within the military infrastructure. The structured approach ensures compliance with federal acquisition regulations, facilitating transparency and accountability in the procurement process.
    The document presents an amendment to a solicitation related to the maintenance and pumping of oil/water separators, grease traps, lift stations, and septic tanks at Luke Air Force Base. The amendment extends the submission deadline for offers and outlines acknowledgment requirements, stating that failure to acknowledge receipt may result in the rejection of offers. Several new Contract Line Item Numbers (CLINs) have been introduced for septic tank pumping services, specifying quantities, units, and pricing arrangements. The updated scope includes all necessary labor and materials to comply with the contract specifications. Delivery and inspection details are provided for each CLIN, along with the Period of Performance. Attachments include revised proposals and specifications. Overall, this document facilitates the procurement process necessary for sanitation compliance at military facilities, reflecting the government's ongoing commitment to maintaining public health and safety standards.
    This document is an amendment to a solicitation concerning services for grease traps, lift stations, and septic tanks at Luke Air Force Base (AFB). The amendment's primary purpose is to extend the deadline for receiving proposals from January 27, 2025, at 12:00 PM to January 29, 2025, at 11:00 PM. It outlines the necessary acknowledgment procedures for bidders to confirm receipt of the amendment, detailed instructions for making changes to previously submitted offers, and administrative details relevant to contract modifications. The key changes and the new deadlines are clearly stated to ensure potential contractors are informed of the updates, maintaining clarity in the bidding process. The amendment retains all previous terms and conditions unchanged except where specifically modified. Overall, the document ensures a transparent and efficient process for soliciting proposals in compliance with federal contracting regulations.
    This document serves as an amendment to a solicitation for proposals related to the service of grease traps, lift stations, and septic tanks at Luke Air Force Base (AFB). Specifically, the amendment extends the deadline for the submission of quotes or proposals. Originally set for January 29, 2025, at 11:00 PM, the new deadline is now January 30, 2025, at 11:00 PM. The amendment outlines necessary procedures for acknowledging receipt of the changes, stipulating that offers must be submitted in accordance with specified methods to avoid rejection. Furthermore, it clarifies that any modifications to previously submitted offers can be made through appropriate communications that reference the solicitation and amendment numbers. All other terms and conditions of the original document remain in effect, underscoring the importance of compliance in government contracting processes. This amendment facilitates broader participation by interested parties, demonstrating the Air Force's commitment to an inclusive and transparent procurement process.
    This document provides an amendment to a solicitation regarding the service of grease traps, lift stations, and septic tanks at Luke Air Force Base (AFB). The primary focus is the extension of the deadline for receiving quotes or proposals. Initially set for January 30, 2025, the new deadline is now February 3, 2025, at 11:00 PM. The amendment outlines the necessary acknowledgment procedures for contractors regarding this change, emphasizing that failure to acknowledge may lead to the rejection of offers. Additionally, the document indicates that all other terms and conditions of the solicitation remain unchanged and fully in effect. Contractors are required to indicate their acknowledgment of the amendment through specified methods, including completing forms and returning copies. This amendment illustrates the standard protocol for extending deadlines within federal RFP processes, ensuring that all parties are informed and compliant with procedural requirements.
    Similar Opportunities
    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.
    Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified small businesses to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. The procurement aims to identify firms capable of operating and maintaining these fuel facilities, which includes responsibilities such as receiving, storing, issuing, and accounting for petroleum products, as well as maintaining the associated infrastructure. This opportunity is significant for ensuring the efficient management of fuel resources critical to military operations. Interested parties must submit their responses by 3:00 PM EST on December 9, 2025, via email to Rochelle Adams and Gordon Braxton, with a focus on demonstrating their capabilities and past performance in similar contracts.
    Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact 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.
    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.
    Oily Wastewater Treatment Service
    Buyer not available
    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.
    J046--GREASE TRAP SERVICE - NEW BASE plus FOUR
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for grease trap services at the Ralph H. Johnson VA Medical Center, specifically for the quarterly sanitizing, disinfecting, and waste removal from two 500-gallon grease traps. This procurement is a total Service-Disabled, Veteran-Owned, Small Business set-aside, with a contract that includes a base year from February 23, 2026, to February 22, 2027, and four additional one-year option periods extending through February 22, 2031. The selected contractor must comply with federal, state, and local environmental regulations, adhere to JCAHO standards, and follow VA safety policies, while also being registered in SAM.gov and possessing the necessary hazardous waste permits. Interested parties should contact Contract Specialist Terri Hudson at Terri.Hudson@va.gov for further details and to ensure compliance with the outlined requirements.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    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.