Grease Trap and Septic Waste Removal Services
ID: FA4877QA428Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, 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 Department of the Air Force, is soliciting quotes for Grease Trap and Septic Waste Removal Services at Davis-Monthan Air Force Base in Arizona. This procurement involves a 5-year Firm Fixed Price contract, set aside for Total Small Businesses under NAICS code 562998, which encompasses all other miscellaneous waste management services. The contractor will be responsible for providing comprehensive grease trap and septic tank maintenance, including cleaning, high-pressure washing, and off-base waste disposal, with services scheduled monthly, quarterly, and annually as specified in the Performance Work Statement. Interested vendors must submit their quotes by September 5, 2025, and direct any questions to Trenton Twomey at trenton.twomey@us.af.mil or Jerry L. Sauder at jerry.sauder.1@us.af.mil by August 18, 2025.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for grease trap and septic waste removal services at Davis-Monthan AFB, AZ. The contractor must provide all necessary resources to service and maintain grease traps and septic tanks as detailed in the appendices. Grease trap services include cleaning, high-pressure washing, refilling reservoirs, and off-base waste disposal in compliance with all applicable laws. Services are scheduled monthly, bi-monthly, quarterly, and annually, with specific timings for certain facilities. Septic cleanout services are performed upon request, ensuring unrestricted flow and proper operation, with waste transported and disposed of off-base. The document also specifies performance objectives, quality control and assurance measures, and special requirements for the contractor, including designating a contract manager, employee listing, security and antiterrorism training, reporting procedures, identification, traffic laws, and handling of sensitive information (FOUO, PII). Additionally, it covers environmental compliance, utility usage, emergency services, and general conduct for contractor employees.
    Attachment 6, titled "Total Evaluation Price (TEP) Matrix," is a critical component of federal government RFPs, specifically for the "Grease Trap and Septic Tank Services Recompete" (FA487725QA428). This matrix serves as a standardized template for offerors to submit their pricing for services. Key instructions emphasize that companies must accurately fill in only the yellow cells with prices rounded to the nearest dollar. The document outlines a firm-fixed-price (FFP) structure for both Grease Trap Services (CLIN 0001) and Septic Service (CLIN 0002), specifying quantities in gallons for each. The matrix covers pricing for an initial year (December 2025-November 2026) and four subsequent option years (Option Year 1 through Option Year 4), providing sections for Unit Price, Quantity, and Unit of Measure for each CLIN across all periods. The TEP must be included in the price volume of the quote, and offerors are responsible for its accuracy. The document also mentions
    The document, "Attachment 6 - Total Evaluation Price (TEP) Matrix," is a pricing template for government solicitations, specifically for "Grease Trap and Septic Tank Services Recompete" under solicitation number FA487725QA428. It outlines instructions for offerors to accurately complete a fixed-price (FFP) quote. Key instructions include populating only the yellow cells, rounding prices to the nearest dollar, and ensuring the company name is in cell B13. The matrix details pricing for two main services: Grease Trap Services (CLIN 0001) and Septic Service (CLIN 0002) across a base year (December 2025 - November 2026) and four option years (Option Year 1 through Option Year 4), each spanning 12 months. Offerors must provide unit prices, quantities, and units of measure (gallons and months) for these services, which contribute to the Total Annual Price for each period and ultimately the Total Evaluated Price (TEP). The completed TEP matrix is a mandatory component of the price volume of the quote, emphasizing the importance of accurate pricing for evaluation.
    This government file details various clauses incorporated by reference and in full text for federal contracts, particularly focusing on commercial products and services. Key sections address Wide Area Workflow (WAWF) payment instructions, mandating electronic submission of payment requests and receiving reports via WAWF, along with specific routing data and contact information. Additionally, the document outlines comprehensive offeror representations and certifications, covering aspects such as small business status (including veteran-owned, disadvantaged, women-owned, and HUBZone), compliance with equal opportunity and affirmative action, certifications regarding payments to influence federal transactions, Buy American Act, Trade Agreements, responsibility matters (e.g., debarment, tax liability, felony convictions), child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan and Iran, ownership/control of offerors, predecessor information, greenhouse gas emissions, and prohibitions on certain internal confidentiality agreements and telecommunications equipment. The document also lists contract terms and conditions required to implement various statutes and executive orders, including prohibitions on specific software, inverted domestic corporations, and requirements for accelerated payments to small business subcontractors, reflecting a strong emphasis on compliance, ethical conduct, and responsible business practices.
    This document, Wage Determination No. 2015-5473 Revision No. 26, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Pima County, Arizona, for 2025. It specifies two Executive Orders (EOs) for minimum wages: EO 14026 for contracts entered into or renewed after January 30, 2022 ($17.75/hour), and EO 13658 for contracts awarded between January 1, 2015, and January 29, 2022 ($13.30/hour). The document lists various occupations with their corresponding hourly rates, noting that some may be entitled to a higher minimum wage under the EOs. It also details required fringe benefits, including health and welfare (with a specific rate for EO 13706-covered contracts), vacation accrual based on years of service, and eleven paid holidays. Special provisions for computer employees, air traffic controllers, weather observers (night and Sunday pay), hazardous duty pay differentials, and uniform allowances are included. The document concludes with the conformance process (SF-1444) for unlisted job classifications, emphasizing the importance of job duties over titles.
    The Davis-Monthan Air Force Base's "Contractor Environmental Guide," updated October 2021, mandates civilian contractor compliance with federal, state, and local environmental regulations and the base's ISO 14001 Environmental Management System (EMS). This guide outlines critical environmental requirements for various project phases, from contract award through construction and close-out, covering hazardous material management, waste disposal, pollution prevention, and protection of natural/cultural resources. Key requirements include mandatory EMS awareness training, submission of hazardous material data sheets, and adherence to specific protocols for C&D debris, asbestos, lead-based paint, and stormwater management. Contractors are responsible for ensuring subcontractors also comply and must report spills and environmental violations. The document emphasizes proactive environmental protection and provides emergency contacts and detailed appendices for guidance.
    This government file addresses questions received during the solicitation for Grease Trap and Septic Tank Services, providing key information for potential contractors. It clarifies that no pre-proposal site visit is required, as all traps are accessible. The previous 5-year contract totaled $206,932.03, held by Old Pueblo Septic under contract number FA487720C0038. Historical usage and service frequency data are available in the Performance Work Statement appendices and Solicitation Attachment 7. No additional security clearance is needed for restricted areas, and contractors can access on-site water with a standard hose bib key. There will be no phase-in period before the December 1, 2025 start date, with a kick-off meeting to coordinate. Offerors must submit up to three contract examples demonstrating relevant experience in Grease Trap and Septic removal, ensuring the scope is clearly related to the requirement for technical acceptability. Offerors have flexibility in packaging their technical volume to meet solicitation intent.
    The provided document details scheduled maintenance and cleanout services for various facilities and tanks, likely for a government entity, given its format as part of federal RFPs, grants, or state/local RFPs. It lists facilities such as the S. Wilmot Gate, Taxiway A-6, Small Arms Facility, Site 5, Fuel/Oil Tanks, Flight Line Pump House, K-9 Kennel Office, K-9 Kennels, Recycle Center, and Airfield Tower. For each facility, the document specifies the tank size in gallons, annual services, annual gallons, cleanout schedule, construction and modification dates, last service date, and whether it's an open/leachfield system. The cleanout schedules vary from tri-annual to annual and biennial, with specific dates for service. The document also includes contact information for septic services, suggesting a focus on waste management and infrastructure maintenance. This detailed inventory ensures proper upkeep and regulatory compliance for critical government facilities.
    The Performance Work Statement (PWS) outlines the requirements for grease trap and septic waste removal services at Davis-Monthan AFB (DMAFB), AZ, for the 355th Civil Engineer Squadron (355 CES). The contractor is responsible for all necessary tools, equipment, personnel, and services to maintain the specified grease traps and septic systems. Grease trap services include scraping, high-pressure washing, and ensuring unrestricted flow of waste, while septic waste services involve timely removal and inspection. Services are categorized by frequency: monthly, bi-monthly, quarterly, and annual, with stipulations for rescheduling in case of unforeseen events. Quality control and assurance are emphasized, with specific performance thresholds for satisfactory service delivery, while regular inspections will validate contractor performance. Additional requirements include environmental compliance, security training, and adherence to communication protocols. The document specifies the contractor's managerial responsibilities, employee identification and security measures, and operational protocols to ensure compliance with federal regulations. Appendices detail the locations and cleanout schedules for grease traps and septic systems. Overall, the PWS underscores the importance of timely, efficient, and regulated waste management services to support DMAFB operations while maintaining environmental and operational standards.
    The document outlines the Total Evaluated Price (TEP) Matrix for Grease Trap and Septic Tank Services under a recompete federal Request for Proposal (RFP). It provides detailed instructions on how to fill out the price template, emphasizing the importance of accuracy in the pricing strategy submitted by the offeror. The matrix specifies various Contract Line Item Numbers (CLINs) for grease trap and septic services, along with their respective unit prices, quantities, and total annual pricing requirements for specified contract years and option years. The TEP aims to capture the full cost for services provided, ensuring compliance with the Performance Work Statement. This structured template is essential for evaluating bids in the competitive procurement process, ensuring all financial aspects are covered comprehensively for the government procurement team.
    The document in question is a Microsoft Office-protected PDF which cannot be accessed directly due to compatibility issues with the reader used. Therefore, the main topic and specific contents of the document remain unclear. However, it is part of a larger context involving federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs. Typically, such documents serve to outline funding opportunities, solicit responses from qualified agencies or businesses, and establish guidelines for the application processes. This situation stresses the importance of having compatible technology for accessing protected documents relevant to government funding and proposal submissions.
    The document serves as a comprehensive reference for clauses relevant to federal contracts, particularly focusing on the integration of regulations and requirements for contractors. It outlines various clauses incorporated by reference, covering important aspects including contracting officer responsibilities, compliance with safeguarding covered defense information, and restrictions on telecommunications and business practices concerning national security. Specific sections detail the need for contractors to inform employees of whistleblower rights, adhere to cybersecurity standards, and maintain compliance with procurement stipulations relating to domestic commodities and prohibited business operations in certain regions such as Sudan and the Uyghur Autonomous Region. The document also discusses electronic invoicing through the Wide Area WorkFlow (WAWF) system, defining payment request requirements and providing detailed instructions for vendors. Additionally, representations and certifications for offerors are specified, emphasizing socioeconomic factors such as small business statuses and ethical conduct concerning forced labor and tax liabilities. This multifaceted document is crucial for ensuring that contractors comply with federal acquisition regulations while fostering transparency, accountability, and ethical business practices in government contracting.
    The document is a Wage Determination Notice issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage and fringe benefit requirements for contractors operating in Arizona's Pima County. It highlights that contracts initiated or extended after January 30, 2022, must adhere to minimum wage rates established by Executive Orders 14026 ($17.75/hr) and 13658 ($13.30/hr). The document lists wage rates for various occupational categories, including administrative support, automotive service, food preparation, and health occupations, reflecting a range of specific job titles and their corresponding rates. Fringe benefits, including health and welfare, vacation, and holiday pay, are also specified. Additionally, it details requirements related to paid sick leave and the conformance process for unlisted occupational classifications. This determination serves as a guideline for federal contractors, ensuring compliance with labor standards and fair compensation for workers on government contracts. The comprehensive wage structure and legal requirements aim to promote fair labor practices and support workforce welfare within federal contracting activities.
    This document is a combined synopsis/solicitation (RFQ FA487725QA428) for Grease Trap and Septic Tank Services at Davis-Monthan Air Force Base. It is a 5-year Firm Fixed Price contract, set aside for Total Small Businesses, with NAICS code 562998 and a $16.5M size standard. The contract covers annual grease trap (121,680 gallons) and septic services (50,000 gallons) from December 1, 2025, to November 30, 2030 (including four option years). Award will be based on the Lowest Price Technically Acceptable (LPTA) offer. Technical acceptability requires demonstrating corporate experience with similar services, submitting up to three past contract examples. Quotes will be evaluated for completeness and price reasonableness. Questions are due by August 18, 2025, and quotes by September 5, 2025. The government intends to award without discussions but reserves the right to conduct them.
    This document is a combined synopsis/solicitation (RFQ FA487725QA428) for grease trap and septic tank services at Davis-Monthan Air Force Base. It is a 5-year Firm Fixed Price contract, set aside for Total Small Businesses, with NAICS code 562998. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) offer. Key dates include August 18, 2025, for questions, August 22, 2025, for answers, and September 5, 2025, for quote submission. Offerors must demonstrate corporate experience in grease trap and septic services and submit a price volume using the provided matrix. The technical volume should not exceed 10 pages and exclude cost/price data. The government intends to award without discussions but reserves the right to conduct them. Attachments include the Performance Work Statement and Price Matrix.
    The document outlines a combined synopsis/solicitation (RFQ FA487725QA428) for grease trap and septic tank services at Davis-Monthan Air Force Base, specifying a request for quotes under a Firm Fixed Price contract. The procurement is reserved for small businesses with an NAICS code of 562998 and a size standard of $16.5 million. The contract spans five years, starting from December 1, 2025, and includes estimated service quantities for grease trap (121,680 gallons) and septic services (50,000 gallons) annually. Evaluation criteria focus on the Lowest Price Technically Acceptable (LPTA) approach, emphasizing technical capability alongside price evaluation. Offerors must submit their technical and pricing volumes by specified deadlines, ensuring compliance with provisions and clauses in line with federal regulations. Notably, all offers must demonstrate relevant corporate experience and align with required representations and certifications. The document serves as a notice for potential contractors about the requirements and conditions for submitting proposals and ultimately securing the service contract to support the operational needs of the military base. It stresses the importance of adherence to deadlines and the potential for discussions at the discretion of the Contracting Officer.
    This document outlines the Standard Form 30 (SF30), 'Amendment of Solicitation/Modification of Contract,' detailing procedures for amending government solicitations and modifying contracts. It specifies methods for offerors to acknowledge amendments, including completing sections 8 and 15, acknowledging receipt on the offer, or sending separate communication. The form provides sections for identifying contract details, effective dates, administrative information, and descriptions of changes. Key instructions cover proper completion of each item, the impact of modifications on contract price, and accounting data. The purpose of this specific amendment (A00002) is to update various attachments, including the Combo Document, Performance Work Statement, Price Matrix, Contractor Environmental Guide, Questions and Answers, and Septic Locations/Data Call, emphasizing critical updates for vendors. It also includes contact information for the issuing office.
    The document outlines the Standard Form 30 (SF30), a crucial form for amending solicitations and modifying contracts within federal government RFPs, federal grants, and state/local RFPs. It details the procedures for acknowledging amendments, emphasizing that failure to do so by the specified deadline may result in offer rejection. The form covers various modification types, including administrative changes, change orders, and supplemental agreements, requiring specific information such as contract ID, effective date, issuing office, and contractor details. It provides detailed instructions for completing each item, including accounting data, descriptions of changes, and impact on contract price. The document clarifies signatory requirements, noting that contracting officer signatures are not always required for solicitation amendments. The purpose of this specific amendment is to replace an encrypted Attachment 3 Provisions and Clauses with an unencrypted version.
    This document serves as an amendment to a federal solicitation and outlines essential procedures for contractors regarding acknowledgment of receipt of the amendment. Contractors must confirm receipt by completing specified items or via written communication referencing the solicitation and amendment numbers. Failure to acknowledge appropriately may result in the rejection of offers. The amendment details changes to the originally proposed documents, including the removal of an encrypted attachment and the upload of an unencrypted version. It also includes instructions for completing various items related to contract modifications, such as effective dates and administrative changes. The document emphasizes the importance of compliance with formatting and procedural protocols in federal contracting. Overall, it aims to ensure the clarity and integrity of the procurement process, thereby facilitating smooth communication and compliance among parties involved in the federal contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    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 waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    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.
    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.
    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.
    Integrated Solid Waste Management and Recycling Services for JB Andrews
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Integrated Solid Waste Management and Recycling Services at Joint Base Andrews (JBA), Brandywine, and Davidsonville Communication Sites. The contractor will be responsible for providing all personnel, equipment, and services necessary for non-hazardous solid waste collection, recycling, and disposal, adhering to all applicable laws and regulations. This procurement is a total small business set-aside under NAICS code 562111, with a contract that includes a base year and five option years, valued at approximately $2.25 million over the contract period. Interested vendors must submit their quotes via email by December 12, 2025, and direct any inquiries to Alexis Huggins at alexis.huggins@us.af.mil or Darrell Gonzalez-McFadden at darrell.gonzalezmcfadden.5@us.af.mil.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    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.rangelbermudez.1@us.af.mil.
    Avion-50 Rubber Removal Chemical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 14 Avion 50 Nexgen rubber removal chemical totes, each with a capacity of 275 gallons, to be delivered to Altus Air Force Base in Oklahoma. The primary objective is to acquire these chemicals by December 19, 2025, with an alternate delivery date of December 31, 2025, and the procurement is set aside exclusively for small businesses under the SBA guidelines. The rubber removal chemical is crucial for maintaining airfield operations and ensuring safety standards. Interested vendors must submit their quotes electronically by December 8, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact 2nd Lt Jacob Funderburg at jacob.funderburg.1@us.af.mil or TSgt Kevin Pillow at kevin.pillow@us.af.mil.