FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
ID: HQC00526RE002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE COMMISSARY AGENCY (DECA)DEFENSE COMMISSARY AGENCYFORT LEE, VA, 23801-1800, USA

NAICS

Rendering and Meat Byproduct Processing (311613)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for fats and bones removal services at Moffett Field, California. The contract requires the contractor to provide comprehensive services for the removal, pickup, and disposal of supermarket animal and fish by-products, including fats and bones, with a focus on compliance with federal, state, and local regulations. This service is critical for maintaining sanitation and environmental standards at the commissary, ensuring proper waste management and diversion from landfills. Interested small businesses must submit their proposals by December 18, 2025, at 3:00 PM EST, to Marcella Simmons or Robert French via email, with the anticipated contract period spanning from January 1, 2026, to December 31, 2030.

    Files
    Title
    Posted
    This document outlines a contract line item number (CLIN) structure and price submission for the removal of fats and bones at the Moffett Field Commissary. The service,
    The document "Attachment 2 Delivery Address, FOB Point and Acceptance Location" outlines the standard delivery and acceptance instructions for procurements. It specifies that all items, across multiple CLINs (0001, 1001, 2001, 3001, 4001), are to be delivered to and accepted at the destination: MOFFETT FIELD COMMISSARY, located at North Akron Road, Bldg 12, Moffett Field, CA 94035, USA. The DoDAAC for this location is HQCKL2. The document consistently refers to the Statement of Work (SOW) for detailed acceptance and inspection criteria, emphasizing a uniform process for all listed items.
    This document, an addendum to FAR clause 52.212-4, outlines key terms and conditions for government solicitations. It details that administrative modifications, such as payment address or accounting data changes, may be issued unilaterally by the government via the Electronic Document Access System (EDA) within the Procurement Integrated Enterprise Environment (PIEE). Contractors must register on the PIEE website to access these modifications. The deadline for submitting proposals is December 18, 2025, by 3:00 p.m. EST, and submissions must be emailed to Marcella Simmons and Robert French. Fax, hand-delivered, or mailed quotes will not be accepted, and proposals must remain valid for 90 calendar days. All future information, including amendments and cancellations, will be posted on SAM.gov, and interested parties are responsible for monitoring this site. Questions regarding the solicitation must be emailed to Marcella Simmons and Robert French by December 9, 2025, at 10:00 AM EST.
    This document, "INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS FAR 52.212-1," outlines the requirements for submitting quotes for a government solicitation. Key instructions include completing electronic annual representations and certifications on SAM.gov, providing pricing in the specified spreadsheet, and submitting various DFARS clauses related to tax liability and felony convictions. Offerors must also provide a statement of certification regarding their understanding of the Statement of Work and their ability to handle waste materials in accordance with regulations. Past performance information, including three references from the past three years, is required and must be submitted directly by the references to the contracting office. The government mandates a minimum acceptance period of 90 calendar days for quotes. Evaluation factors for award are Technical Capability, Past Performance, and Price, assessed on an acceptable or unacceptable basis.
    This government file outlines required provisions and clauses for offerors, primarily focusing on federal acquisition regulations and defense-specific requirements. Key provisions mandate the submission of completed forms covering areas such as the offeror's predecessor, telecommunications equipment representations, responsibility matters, tax liability, small business program representation, and place of manufacture. It also includes the Buy American—Balance of Payments Program Certificate. The document details installation access requirements, noting that contractors are responsible for associated costs. Furthermore, it specifies options for extending services and the contract term, outlines procedures for serving protests to the Defense Commissary Agency (DeCA), and incorporates various solicitation provisions and clauses by reference, directing offerors to acquisition.gov for full text. Finally, it provides detailed instructions for Wide Area Workflow (WAWF) payment, including routing data and helpdesk contact information.
    The document,
    The Defense Commissary Agency (DeCA) is conducting a Past Performance Survey for "Fats & Bones Removal" services at the Moffett Field, CA Commissary (HDEC05-20-P-0020). The survey aims to assess the performance of a company providing these services, covering aspects such as timeliness, missed pickups, notification and rescheduling procedures, cleanliness of the pickup area, invoicing accuracy, willingness to modify requirements, and overall satisfaction. The survey includes questions with "Acceptable/Unacceptable" or "Yes/No" options and requests written comments for additional details. Responses are to be returned via email to Marcella Simmons by a specified deadline, and the feedback will be used to evaluate the company's past performance for future contracting decisions.
    This Defense Commissary Agency (DeCA) Statement of Work outlines contractor responsibilities for removing and disposing of supermarket animal by-products (fats and bones) and used rotisserie chicken oil. The contractor must provide all personnel, equipment, and services, complying with federal, state, and local regulations, including obtaining all necessary permits. The scope includes biweekly pickups from DeCA commissaries, ensuring sanitation, and providing temporary replacements for damaged equipment. The commissary is responsible for providing new fats and bones barrels and cleaning them, while the contractor provides and maintains the oil tanks. The contractor must also provide monthly reports detailing pickup locations, quantities, and any contaminated materials, with a focus on diverting materials from landfills. The contract has a one-year base period and four one-year option years.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    In‐Store Seafood Market Resale Operations to Include Roadshows at One Commissary Location in Texas.
    Buyer not available
    The Defense Commissary Agency (DeCA) is seeking potential sources for In-Store Seafood Market Resale Operations, including Roadshows, at the Fort Bliss commissary location in Texas. The contractor will be responsible for providing quality seafood products, ensuring compliance with food safety regulations, and maintaining competitive pricing with a minimum savings of 13% for military personnel and their families. This opportunity is crucial for enhancing the availability of seafood options in government-operated facilities, thereby supporting the dietary needs of active-duty and retired military members. Interested parties must submit their responses by 5:00 PM EST on December 5, 2025, to the designated DeCA contacts, including Mark Gunn at mark.gunn@deca.mil, and must be registered in SAM.gov to participate.
    Shelf Stocking, RSHA, and Custodial Services at the MacDill AFB Commissary
    Buyer not available
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide shelf stocking, receiving, storage, and custodial services at the MacDill Air Force Base Commissary in Tampa, Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which serves military personnel and their families by providing essential grocery and household items. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to James Beck at JAMES.BECK@DECA.MIL or by phone at 804-734-8000 for further details. The presolicitation notice indicates that the contract will be awarded based on the qualifications and past performance of the bidders.
    Meat and Produce Signage
    Buyer not available
    The Defense Commissary Agency (DeCA) is seeking quotes from qualified small businesses for the procurement of meat and produce signage to support various commissaries across the Agency. The signage will be utilized for grand openings, resets, refrigeration upgrades, and partial replacements, ensuring effective product display and information dissemination. This opportunity is structured as a firm-fixed-price contract with a base year and four optional extension periods, emphasizing compliance with federal regulations and standards. Interested vendors must submit their quotes by December 18, 2025, and direct any inquiries to Melba Brown at melba.brown@deca.mil or Langston Hines at langston.hines@deca.mil by December 1, 2025.
    SHELF STOCKING, CUSTODIAL, AND RECEIVING, STORAGE, AND HOLDING AREA SERVICES AT THE MACDILL AFB COMMISSARY
    Buyer not available
    The Department of Defense, through the Defense Commissary Agency (DECA), is soliciting proposals for shelf stocking, custodial, and receiving, storage, and holding area services at the MacDill Air Force Base Commissary in Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which is vital for providing quality goods and services to military personnel and their families. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the NAICS code 561990 and PSC code S299. Interested vendors should reach out to James Beck at JAMES.BECK@DECA.MIL or 804-734-8000, or Taleah Wheaten at taleah.wheaten@deca.mil for further information regarding the solicitation and any amendments.
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Document Shredding Services at Naval Hospital Beaufort, SC and Robins Air Force Base, GA
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Document Shredding Services at Naval Hospital Beaufort, South Carolina, and Robins Air Force Base, Georgia. The contract requires the contractor to provide comprehensive services, including the secure collection, handling, on-site shredding, and recycling of sensitive documents, ensuring compliance with strict security measures and federal regulations. This procurement is particularly important for maintaining the confidentiality of sensitive information and is set aside for small businesses, with a total funding amount of $16,500,000 over a performance period from February 8, 2026, to August 7, 2031. Interested contractors must submit their proposals electronically by December 12, 2025, and can direct inquiries to Brittany Belsches at brittany.n.belsches.civ@health.mil or Andrew Pounds at andrew.j.pounds2.civ@health.mil.
    Mid America Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Mid America Incineration contract, which involves the removal, transportation, thermal treatment, and final disposal of hazardous and non-hazardous waste generated by U.S. military and Coast Guard installations across 11 Midwestern states. The contract requires compliance with federal, state, and local regulations, emphasizing the necessity for incineration at RCRA-permitted facilities, with a focus on various waste types including polychlorinated biphenyls (PCBs) and PFAS-containing materials. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period starting in March 2026, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on November 24, 2025. Interested parties should direct inquiries to Denna Crandall at Denna.Crandall@dla.mil or Kayla DesVoignes at kayla.desvoignes@dla.mil.
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    Commercial Kennels/Boarding Military Working Dogs
    Buyer not available
    The Department of Defense, through the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is seeking vendors capable of providing kenneling and boarding services for 10 to 20 Military Working Dogs over a period of 24 to 48 months, with a requested start date of December 1, 2025. The facilities must be located within the immediate vicinity of Quantico, Virginia, and must meet specific requirements, including a minimum run size of 8x8, 24/7 access for military personnel, and no shared areas with other pets. This Request for Information (RFI) aims to gather industry feedback on capabilities, barriers to competition, and pricing structures, among other considerations. Interested vendors must submit their responses by 12:00 PM EST on November 13, 2025, via email to hal.d.jones@usmc.mil and sharon.palustre@usmc.mil, with submissions limited to four pages and including essential business details and responses to the RFI questions.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.