Oil/Water Holding Tank Clean-up
ID: W50S6T24QA019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 144FRESNO, CA, 93727-2199, 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 144th Fighter Wing at the Fresno Air National Guard Base, is seeking qualified small businesses to provide oil/water holding tank clean-up services. The contractor will be responsible for emptying and visually inspecting six holding tanks and one catch basin, ensuring compliance with federal regulations and environmental standards. This procurement is critical for maintaining environmental safety and operational efficiency at the facility, with a total award amount estimated at approximately $16.5 million. Interested parties must submit their quotes electronically by September 20, 2024, and are encouraged to attend a site visit scheduled for September 11, 2024, to better understand the project requirements. For further inquiries, contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or call (559) 454-5129.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive inventory of various waste management systems and tanks at a government facility, specifying their types, quantities, sizes, and locations. The inventory includes items such as holding tanks, oil/water separators, and sand/oil separators, with a total of 20 entries across different building numbers. The sizes of tanks range from 200 gallons to 30,000 gallons, with specific designations for electronic monitoring. Key locations are detailed, including the southwest corner of the JP-8 tank farm and various maintenance bays. This inventory likely supports federal compliance with environmental standards and regulatory requirements related to hazardous materials management. The document serves as a reference for future requests for proposals (RFPs) or grants focused on the improvement or replacement of these systems, ensuring proper management of waste and pollutants at the facility.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to empty, clean, and inspect water oil separators and holding tanks at the 144th Fighter Wing, California Air National Guard Base, Fresno. The contractor is responsible for providing all necessary labor, equipment, and materials for the task within 60 calendar days. The project involves cleaning six holding tanks and one catch basin, ensuring the structural integrity of the tanks to prevent contamination. Waste removal and disposal must adhere to federal regulations, and the contractor is mandated to develop a Quality Control Plan to maintain compliance with established standards. Additionally, the contractor must provide proof of qualifications, including licenses and training records. Specific requirements include attending post-award meetings, securing base access for personnel, and ensuring physical and communication security. Documentation such as proof of waste disposal and project schedules is mandatory for project closeout. This document, significant within the context of government RFPs, underscores essential practices for contractor compliance and project completion standards while mitigating environmental risks.
    The Performance Work Statement (PWS) for Project NO: HAYW013024 outlines the requirements for the contractor to empty and inspect water oil separators and holding tanks at the 144th Fighter Wing, California Air National Guard, based in Fresno. Key tasks include cleaning six holding tanks and one catch basin, inspecting their structural integrity to prevent environmental contamination, and removing waste per federal regulations. The project requires compliance with various Air Force Manuals and guidelines, and the contractor needs proper qualifications, including relevant licenses and training. The project is scheduled to be completed within 60 days, with a quality control plan mandatory for all services. Contractors are also responsible for ensuring all employees meet security protocols for access to the base, including identification verification and compliance with antiterrorism training. At project completion, documentation proving waste disposal is required. The PWS emphasizes the government’s role in quality assurance through oversight, while also detailing the contractor’s responsibilities and requirements, ensuring a comprehensive understanding of the project's scope and standards.
    The Oil/Water Holding Tank Clean-up RFP (W50S6T24QA019) outlines the requirements for cleaning various tanks, with official communication updated as of September 4, 2024. Notable aspects include the inclusion of the NAICS Code 562910 for environmental remediation to support small businesses, and a scheduled site visit on September 11, 2024. The document addresses several inquiries regarding tank condition, inspection processes, and responsibilities for repairs, clarifying that only visual inspections are needed without specific certifications. The tanks, which appear to have not been cleaned in approximately 7-8 years, must be emptied as part of the project scope. The document notes pending responses for multiple queries related to tank contents, recycling preferences, and access requirements. Overall, this RFP emphasizes environmental diligence in managing oil and water tanks, including safety assessments and compliance with outlined procedures, therefore guiding potential bidders in preparation for fulfilling the contract requirements effectively.
    The Oil/Water Holding Tank Clean-up RFP (W50S6T24QA019) details the federal government's requirements for the cleanup of several holding tanks utilized for runoff collection. The main objective of this RFP is to ensure the environmental remediation of these tanks, which may contain hazardous materials such as oil and fuel remnants. Key inquiries from potential contractors highlight the inclusion of a broader NAICS code for eligibility and request clarification on the environmental testing data, inspection requirements, and responsibilities post-cleaning. The document specifies visual inspections by contractors without the necessity for certified inspectors. Information regarding the tanks indicates they are predominantly below ground, with accessible manhole covers, and have not been cleaned for approximately 7-8 years. The scope of work mandates that tanks must be emptied before services begin, and disposal must comply with all relevant regulations. There will be no advancement payments for the contract, and documentation confirming proper disposal of waste will be required. This RFP reflects a structured approach towards environmental responsibility and adherence to local, state, and federal standards in hazardous waste management.
    The document pertains to an RFP for the clean-up of oil/water holding tanks, under reference W50S6T24QA019, as of September 17, 2024. Key clarifications and guidelines include the expansion of eligible small businesses to include NAICS Code 562910 for environmental remediation. Scheduled site visits are set, but specific environmental testing and content data are not provided. The tanks in question are runoff collection points, not solely oil/water, and will require visual inspections only, without needing certified inspectors. Repairs outside the scope of the project may lead to supplemental agreements. Details on tank capacity, contents, and disposal regulations confirm compliance with local, state, and federal policies. The tanks are primarily constructed of precast concrete or plastic and must be emptied prior to the clean-up work. The document aims to clarify operational procedures and respond to inquiries, providing essential information for stakeholders involved in the RFP process for environmental remediation activities related to the holding tanks. The absence of advance payments and specific recycling directives also emphasizes compliance and financial protocols within the contractual agreement.
    The document presents a collection of federal and state/local RFPs (Requests for Proposals) and grants designed to solicit applications and projects across various sectors. It outlines the specific goals, eligibility criteria, funding amounts, and deadlines pertinent to each solicitation. Key topics include infrastructure improvements, environmental assessments, and public health initiatives. Each RFP provides essential details such as project scopes, applications' evaluation processes, and compliance requirements to ensure alignment with local regulations and federal guidelines. The structure is organized, highlighting each RFP's unique focus and expected outcomes, thereby facilitating potential applicants in understanding the eligibility criteria and application requirements. This comprehensive overview serves as a vital resource for government entities and organizations seeking federal and state funding opportunities, ultimately aiming to enhance community welfare and project implementation through well-defined proposals. The document underscores the importance of transparency and detailed information dissemination in the federal grant and RFP processes, fostering informed participation in government-led initiatives.
    The U.S. Air Force has issued a solicitation for commercial services to clean and inspect holding tanks and catch basins at the 144th Fighter Wing. The solicitation is reserved for women-owned small businesses, with a set aside percentage of 8(a) for economically disadvantaged women-owned small businesses. Offerors must submit their quotes by 03:00 PM on September 5th, 2024, local time, with the requested services to be completed between September 30th and November 28th, 2024. The total award value is USD 16,500,000.00.
    The document details a solicitation for a contract targeting Women-Owned Small Businesses (WOSB) to provide cleanup services for oil/water holding tanks for the 144th Fighter Wing. The primary objective is to empty, clean, and inspect six holding tanks and one catch basin, with a firm fixed price of USD 16,500,000, as specified in Requisition Number W50S6T24QA0190001. The contract has a performance period running from September 30, 2024, to November 28, 2024, indicating specific delivery and performance requirements, including inspection and acceptance locations. It encompasses various clauses from the Federal Acquisition Regulation (FAR), which mandate compliance with federal standards, detailing small business requirements, subcontracting limitations, and specific clauses incorporated by reference. The document emphasizes the importance of adhering to these regulations, given the government’s focus on promoting small businesses while ensuring effective contract performance. Additionally, it outlines the process for electronic payment submissions and required representations and certifications for bidders, highlighting the emphasis on compliance and the operational standards expected within federal contracting frameworks.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract opportunity for the emptying and visual inspection of six oil/water holding tanks and one catch basin at the 144th Fighter Wing, with a total award amount of approximately $16.5 million. The contract, identified by requisition number W50S6T24QA0190002, includes specified terms for service delivery from September 30, 2024, to November 28, 2024. It mandates adherence to federal regulations, including various clauses regarding subcontracting limitations, payment instructions, and compliance with the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The contractor must provide a signed document to accept the contract terms and ensure that the service provided aligns with the requirements set forth in the Performance Work Statement. The emphasis on utilizing small businesses, particularly women-owned enterprises, highlights the government's commitment to inclusivity in procurement processes. This solicitation is part of broader federal efforts to support and promote economic opportunities for women and other disadvantaged groups in government contracting.
    The document is an amendment to a solicitation managed by the Air National Guard, specifically addressing services for oil/water holding tanks at the Fresno Air National Guard Base. The amendment primarily updates solicitation details, including extending the submission deadline from September 5, 2024, to September 16, 2024, and incorporating a notice for a site visit scheduled for September 11, 2024. It emphasizes that the solicitation is exclusively set aside for small businesses, with pertinent NAICS codes listed, and requires registration in the System for Award Management (SAM). Furthermore, it outlines the procedures for site visit attendance, including security clearance instructions. The document clarifies that prepared quotes are to be submitted electronically and are vital for evaluation purposes, stressing that the government will only accept complete submissions. It also includes provisions for formal communication regarding interpretations of the solicitation and explains the National Guard's agency protest protocol to resolve concerns. Overall, the document serves to inform potential contractors about the solicitation process, deadlines, and requirements.
    This amendment addresses changes to solicitation W50S6T24QA019 for services at the 144th Fighter Wing. Key modifications include an extension of the solicitation closing date from September 16 to September 20, 2024, and a revision of the item description for Contract Line Item Number (CLIN) 0001. The updated requirement specifies "empty and visually inspect" six holding tanks and one catch basin, refining the original task. The Performance Work Statement (PWS) was amended and an updated attachment added, replacing the previous version. The document emphasizes the necessity for offerors to acknowledge the amendment within specified deadlines to avoid rejection of their offers. Overall, this amendment enhances clarity and compliance with contract conditions while facilitating the procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment for the repairs, with an estimated project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing the importance of compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further information.
    Oil Water Seperator services Hawaii ANG
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for Oil Water Separator (OWS) services at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contractor will be responsible for servicing two OWS units, including the removal, transport, recycling, and disposal of accumulated oily water and petroleum products from multiple Hawaii Air National Guard facilities. This contract is crucial for maintaining environmental compliance and operational efficiency at the base, with a performance period starting from September 28, 2024, to September 27, 2025, and options for four additional years. Interested small businesses, particularly those eligible for HUBZone or Women-Owned Small Business programs, should submit their proposals, including technical descriptions and pricing, to the primary contact, Clesson Paet, at clesson.k.paet.civ@army.mil by the specified deadline.
    San Joaquin Hazardous Waste Removal and Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for the San Joaquin Hazardous Waste Removal and Disposal project. This opportunity involves the removal, transportation, and disposal of various hazardous wastes, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations within a 50-mile radius of specified pickup locations. The selected contractor will be responsible for ensuring compliance with all applicable laws and regulations while providing necessary personnel, equipment, and documentation for the project. Interested firms must submit a capabilities statement by 5:00 p.m. EST on September 12, 2024, to Denna Crandall at Denna.Crandall@dla.mil, with a copy to hazardouscontractswest@dla.mil, clearly indicating "SOURCES SOUGHT San Joaquin" in the subject line.
    Concrete Pad at Fresno 1106th AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a concrete pad at the Fresno AVCRAD facility located at 5168 East Dakota Avenue, California. The project involves the installation of approximately 5,460 square feet of 3000 psi Portland Cement Concrete over a 5-inch aggregate base, with a performance period of 270 calendar days from the notice to proceed. This initiative is crucial for enhancing military infrastructure and operational efficiency, reflecting the government's commitment to supporting small businesses through a Total Small Business Set-Aside. Interested contractors must submit their quotes via email by the specified deadline, with an estimated project cost ranging between $100,000 and $250,000. For further inquiries, contact Jackson Woods at jackson.c.woods.civ@army.mil or Paul Ochs at paul.n.ochs.mil@army.mil.
    B954 Removal and Replacement of Grease Trap
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the removal and replacement of a grease trap at Building 954, located in Petrified Forest National Park, Arizona. The project entails supplying and installing a new Zurn Z1172 Grease Trap, ensuring compliance with environmental standards while supporting operational requirements for meal service. This contract, estimated at $47,000,000, is set aside for small businesses, with a performance period from October 7, 2024, to October 25, 2024. Interested contractors should direct inquiries to Velma Wynn at velma.wynn.1@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil, and must submit all questions by September 19, 2024, with responses provided by September 23, 2024.
    Automatic Transfer Switch Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the replacement of automatic transfer switches at the Fresno Air National Guard Base in California. The project involves replacing two existing automatic transfer switches at Building 130 (medical facility) and Building 125 (civil engineer facility) with new units that meet or exceed original specifications, adhering to strict quality control and safety standards. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to promoting equitable contracting opportunities. Interested contractors must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 559-454-5129 or via email at 144.FW.FAL.MSC.Contracting@us.af.mil.
    F-16 Weapon Parts Cleaner
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a specialized Parts Washer/Sonic Cleaner for the maintenance of F-16 weapon systems at Fort Cavazos, Texas. The procurement aims to enhance the cleaning process for internal parts of the MAU-12 bomb rack, Triple Ejector Rack (TER), and 20mm gun, with a focus on reducing labor hours and increasing operational efficiency through advanced cleaning technology. The contractor must deliver a dual-tank cleaning system with ultrasonic capabilities within 90 days of contract award, ensuring compliance with military cleaning standards and security protocols. Interested parties should contact Capt Derek Guedes at derek.guedes.3@us.af.mil or 210-612-0153 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    AIRCRAFT WASH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base, is soliciting proposals for Aircraft Washing Services under the solicitation FA2823-24-Q-3024. The procurement requires contractors to provide all necessary materials, equipment, labor, and personnel to perform aircraft wash and lubrication services, particularly for F-35 aircraft, ensuring compliance with Air Force regulations and safety standards. This service is critical for maintaining aircraft availability and reducing maintenance workloads, with a focus on high-quality performance and adherence to environmental regulations. Interested small businesses must submit their firm fixed price quotes by 11:00 AM CST on September 10, 2024, and are encouraged to register for a site visit scheduled for August 27, 2024. For further inquiries, contact Lindsey Barrow at 850-305-8708 or via email at LINDSEY.BARROW.1@US.AF.MIL.
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for soil sampling services at Cannon Air Force Base in New Mexico, aimed at assessing PFAS contamination beneath the Aircraft Fire Training Evaporation Pond. The contractor will be responsible for collecting soil samples to a depth of 15 feet at designated intervals, following EPA Method 1633, to determine the extent of contamination and ensure compliance with environmental safety standards. This procurement is critical for environmental remediation efforts associated with military operations, reflecting the government's commitment to managing hazardous materials responsibly. Interested small businesses must submit their proposals by September 20, 2024, with a total contract value of up to $25 million, and can direct inquiries to Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil.