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
    Conchas Waste Management & Disposal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for waste management and disposal services at the Conchas Dam Project in New Mexico. The contract, designated as a total small business set-aside, requires the contractor to provide all necessary personnel, equipment, and supplies to manage waste collection and disposal for government facilities within the project boundaries, adhering to specified schedules for both recreation and off-season periods. This procurement is crucial for maintaining environmental standards and operational efficiency at the site, with a firm, fixed-price service contract expected to cover a base year from January 1, 2026, to December 31, 2026, and four additional option years through 2030. Interested parties should contact Glenda Kohlieber at Glenda.D.Kohlieber@usace.army.mil or call 575-479-6095 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative is crucial for supporting the 36 Wing and surrounding areas, ensuring adequate sanitation facilities are available. Interested small businesses must submit their quotes by December 10, 2025, at 10:00 A.M. Chamorro Standard Time, and all offerors must be registered in the System for Award Management (SAM) database to be eligible for consideration.
    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.
    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.
    Water Wells Inspection and Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for a contract focused on the inspection and testing of five water well systems at Beale Air Force Base in California. The primary objective of this procurement is to assess the condition of the aging groundwater supply system, particularly addressing known issues with Well 5, and to prepare a comprehensive report detailing testing procedures, findings, and recommended corrective actions. This contract, which is set aside for small businesses, will span a 12-month base year from November 2025 to October 2026, and requires the contractor to adhere to strict regulatory compliance and quality control measures. Interested parties should contact Lamar Mullins at lamar.mullins@us.af.mil or 530-634-3368, and are encouraged to submit their UEI and capability statements along with any questions or comments regarding the requirement.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), 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 work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Operation & Maintenance of the South Bay Wastewater Treatment Plant
    Buyer not available
    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 will encompass full-service O&M, including management, labor, and materials necessary for the plant's operation, compliance with environmental regulations, and coordination with Mexican authorities for wastewater treatment. This procurement is critical for maintaining the plant's capacity to treat wastewater from Tijuana, Mexico, and ensuring compliance with the National Pollutant Discharge Elimination System (NPDES) permit requirements. Interested parties must submit proposals electronically via a secure SharePoint portal 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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This project aims to construct a new facility adjacent to the existing plant, which has been in operation for over 50 years, and is critical for managing wastewater for various park facilities, including campgrounds and visitor centers. The contract, valued at over $10 million, requires completion within 2,190 calendar days, with proposals due by January 7, 2026. Interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.