Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
ID: FA485526R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Sewage Treatment Facilities (221320)

PSC

OPERATION OF SEWAGE AND WASTE FACILITIES (M1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.rangel_bermudez.1@us.af.mil.

    Files
    Title
    Posted
    The provided file is a PDF portfolio that requires Acrobat X or Adobe Reader X (or later) for optimal viewing. It appears to be a technical note or instruction for accessing the file's content rather than a substantive government document such as an RFP or grant application. The core message is a recommendation to use specific software to ensure the best user experience. There are no details regarding government solicitations, project specifics, or policy matters within the provided text.
    The provided file is not a government document but rather a technical note indicating that the PDF portfolio should be opened in Acrobat X, Adobe Reader X, or later versions for the best experience. It also suggests getting Adobe Reader now. This content is a technical instruction for viewing a PDF and does not contain any information relevant to government RFPs, federal grants, or state/local RFPs.
    This document outlines the Independent Government Cost Estimate (IGCE) for the Wastewater Treatment Plant, identified by solicitation number FA4855-15-R-XXXX. It details non-personal services required for the plant's operation over three distinct periods: a base year from March 1, 2026, to February 28, 2027, Option Year 1 (OY1) from March 1, 2027, to February 29, 2028, and Option Year 2 (OY2) from March 1, 2028, to February 28, 2029. For each period, the document lists specific Contract Line Item Numbers (CLINs) for services such as Operations and Maintenance, Grounds Maintenance, Additional External Lab Testing, and Corrective Maintenance Repair and Replacement. Each service is quantified in monthly units, with unit prices and total amounts currently listed as $0.00, indicating that this is an estimate template where costs are yet to be filled in. The document explicitly states that no additional CLINs or formula changes are to be made.
    The Past and Present Performance Information Form (PPIF) is a three-page document used by the U.S. Air Force (FA485526R0001) to evaluate contractor performance. It collects general contractor and project information, respondent details, and contact information for submitting the completed survey. The core of the form involves rating contractor performance across 21 criteria, such as management, quality control, adherence to schedules, and cooperation with government personnel. Ratings range from Exceptional to Unsatisfactory, with a "Neutral" option, and require narrative explanations for "Marginal" or "Unsatisfactory" scores. The form also asks if the contractor received cure/show cause notices, if the evaluator would award another contract, and if the contractor is rated in CPARS, with a section for remarks. This document serves to inform future contracting decisions by providing a structured evaluation of past performance.
    The document, FA485526R0001, outlines essential clauses and instructions for federal government contracts, particularly for commercial products and services. It emphasizes unique item identification and valuation (IUID) for delivered items, specifying marking, serialization, and reporting requirements, especially for items exceeding $5,000 or those with specific warranty or management needs. The IUID system ensures traceability and accountability within the Department of Defense (DoD) supply chain. Furthermore, the document details electronic invoicing procedures via Wide Area WorkFlow (WAWF), including access, training, submission methods, and routing data, reinforcing the mandatory use of electronic systems for payment requests and receiving reports. It incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, addressing critical areas such as whistleblower rights, prohibition on certain telecommunications equipment, Buy American Act compliance, small business utilization, equal opportunity, environmental protection, and restrictions on foreign purchases. The document also provides guidance on cost or pricing data requirements when only one offer is received and outlines the evaluation factors for commercial product and service offers, including technical capability, past performance, and price. Additionally, it specifies flow-down requirements for certain clauses to subcontracts, ensuring compliance throughout the supply chain.
    This government file, Wage Determination No. 2015-5457, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in specific New Mexico counties (Curry, Lea, Quay, Roosevelt, Union). It details two primary executive orders: EO 14026, requiring $17.75 per hour for contracts entered into or renewed after January 30, 2022, and EO 13658, mandating $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed. The document also specifies health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. It includes provisions for night and Sunday pay differentials for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. The conformance process for unlisted job classifications is also thoroughly described, emphasizing the use of the “Service Contract Act Directory of Occupations” for proper classification and wage rate determination.
    The Department of the Air Force, 27th Special Operations Contracting Squadron (AFSOC), is soliciting proposals (RFP FA485526R0001) for the operation and maintenance of the Wastewater Treatment Plant at Cannon AFB, New Mexico, from 2026 to 2029. This 100% Small Business Set-Aside requires vendors to provide all management, tools, supplies, equipment, certified personnel, and labor for 24/7 WWTP services, including preventative maintenance, sampling, waste disposal, and environmental compliance, with a capacity of 1.5 million gallons per day. Proposals, due by January 7, 2026, at 12:00 P.M. MST, must include a technical capability plan (staffing, maintenance, environmental compliance), past performance information, and a detailed price proposal. A site visit is scheduled for December 4, 2025. Technical capability and past performance are significantly more important than price in the evaluation.
    The Department of the Air Force's 27th Special Operations Contracting Squadron is issuing a Request for Proposal (RFP) FA485526R0001 for the operation and maintenance of the Wastewater Treatment Plant at Cannon AFB, New Mexico, from 2026-2029. This 100% Small Business Set-Aside requires comprehensive services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair in accordance with all federal, state, and local laws. Proposals, due by January 7, 2026, at 12:00 P.M. MST, must include a Technical Capability (Staffing, Maintenance, and Environmental Compliance Plans), Past Performance, and Price. Technical capability and past performance are significantly more important than price for this firm-fixed-price contract. Site visits are scheduled for December 4 and 11, 2025.
    The Department of the Air Force, 27th Special Operations Contracting Squadron (AFSOC), is soliciting proposals for the operation and maintenance of the Wastewater Treatment Plant at Cannon AFB, New Mexico, from 2026-2029. This 100% Small Business Set-Aside Request for Proposal (RFP) seeks non-personal services for 24/7 WWTP operations, including preventative and corrective maintenance, sampling, laboratory analysis, waste disposal, and environmental compliance. Proposals must include technical capability (staffing, maintenance, and environmental compliance plans), past performance information (references and CPARS), and pricing. Technical capability and past performance are significantly more important than price. A site visit is scheduled for December 4, 2025, with questions due by December 17, 2025, and proposals by January 7, 2026.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    B433 Utility Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract titled "B433 Utility Repair" to replace existing utility infrastructure at the B433 lift station in St. Columbans, Nebraska. The project entails the replacement of piping, valves, lift station pumps, controls, and associated components, with a focus on ensuring minimal disruption to operations and compliance with various safety and environmental standards. This contract is set aside for small businesses, with an estimated total award amount of $45 million, and the performance period is scheduled from January 19, 2026, to May 1, 2026. Interested parties must submit their offers by January 15, 2026, and can direct inquiries to 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 1st Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    Oil Water Separator (OWS) Grand Forks Air Force Base, ND
    Dept Of Defense
    The Department of Defense, through the 319th Contracting Squadron at Grand Forks Air Force Base (GFAFB) in North Dakota, is conducting a sources sought notice to identify potential small business sources for the maintenance and management of oil/water separator systems, grit chambers, and grease traps. The contractor will be responsible for inspecting, cleaning, and repairing these environmental systems, as well as mowing, tilling, monitoring, and sampling at the Land Treatment Facility during the growing season, all in compliance with federal, state, and local regulations. This opportunity is crucial for ensuring environmental compliance and effective waste management at the base, with the contract expected to include a base year and four option years. Interested parties should contact Jacob Pederson at jacob.pederson@us.af.mil or Melissa Pearce at melissa.pearce.1@us.af.mil for further information, noting that this is not a solicitation and no proposals are being accepted at this time.
    Operation & Maintenance of the South Bay Wastewater Treatment Plant
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified contractors for the operation and maintenance (O&M) of the South Bay International Wastewater Treatment Plant (SBIWTP) located in San Diego, California. The contract encompasses full-service O&M responsibilities, including 24/7 staffing, compliance with environmental regulations, coordination with Mexican authorities for wastewater management, and comprehensive reporting and maintenance of the facility's systems, including SCADA. This procurement is critical for ensuring the effective treatment of wastewater originating from Tijuana, Mexico, and maintaining compliance with the National Pollutant Discharge Elimination System (NPDES) permits. Interested parties must submit proposals by December 22, 2025, and can direct inquiries to Philip Johnson at philip.johnson@ibwc.gov or Seone Michael Jones at seone.jones@ibwc.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the construction of new structures and the demolition of existing ones, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026, at 2:00 PM MT. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    Maxwell AFB - Airfield Repairs - Amendment 0005
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama, under Solicitation FA330026R0003. The project encompasses various tasks, including pavement pressure washing, markings replacement, sinkhole repair, and PCC pavement repair, with a completion timeline of 120 calendar days following the Notice to Proceed. This initiative is crucial for maintaining the operational integrity and safety of the airfield, ensuring compliance with established standards for airfield markings and repairs. Interested small businesses must submit their proposals by January 9, 2026, at 1:00 PM CST, and can direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil. The estimated project cost ranges between $250,000 and $500,000, with a 100% small business set-aside.
    Refuse Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a five-year contract to provide refuse services at various research facilities in New York, including the Rome Research Site, Newport Research Facilities, and Stockbridge Research Facilities. The contractor will be responsible for all aspects of solid waste management, including personnel, equipment, and compliance with local, state, and federal regulations, while ensuring proper collection, transport, and disposal of waste materials. This procurement is crucial for maintaining operational efficiency and environmental compliance at these military installations. Interested small businesses must submit their intent to propose, along with required documentation, by 3:00 p.m. EST on January 26, 2026, to the primary contact, Tabitha Haggart, at tabitha.haggart@us.af.mil.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting proposals from holders of the Tinker AFB MAC BOA for the renovation of restrooms and a janitor's closet at Building 1055, located in S Coffeyville, Oklahoma. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must attend a mandatory site visit scheduled for December 17, 2025, and submit their Requests for Information (RFIs) by January 6, 2026, to the designated contacts, Isaac Demmers and Tamra Torres, whose emails are provided in the opportunity details. The project emphasizes adherence to strict quality control and safety regulations, with specific documentation requirements outlined in the attached Statement of Work and submittal register.