Biosolids Pumping
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Air Force Academy (USAFA) is soliciting quotes for Biosolids Pumping Services under a Combined Synopsis/Solicitation. This requirement is for a firm fixed-price contract to manage, remove, and clean wet and dry solids from the Wastewater Treatment Plant, oil/water separators, grease traps, sand traps, cesspools, and septic/holding tanks at USAFA and the Farish Recreation area in Colorado. This is a 100% Small Business Set-Aside.
Scope of Work
The contractor will provide all necessary management, tools, supplies, equipment, and labor. Key tasks include:
- Weekly pumping of treated wet biosolids from the Wastewater Treatment Plant (mission critical).
- Removal of dried biosolids from the Wastewater Treatment Plant every other year.
- Pumping and cleaning of oil/water separators, sand traps, grease traps (including specific servicing for Mitchell Hall and annual cleaning for Mitchell Hall and Airman's Dining Facility), cesspools, and septic/holding tanks.
- Hazardous material testing and reporting for oil/water separators and sand traps.
- Disposal of removed contents at approved off-base facilities.
- Adherence to federal, state, and local regulations (e.g., RCRA, Clean Water Act, OSHA).
- Development of a Spill Prevention and Response Plan and a Quality Control program.
- Contractor personnel must be certified for maintenance of relevant systems and possess Vacuum Truck Technician Training.
- Emergency service calls require a 12-hour on-site response.
Contract Details
- Contract Type: Firm Fixed-Price
- Period of Performance: One base year with four one-year option periods.
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 562219 (All other miscellaneous waste Management) with a $47 million size standard.
- Place of Performance: United States Air Force Academy, CO, Farish Recreation area, and Bullseye Auxiliary Field.
Submission & Evaluation
- Quotes Due: March 10, 2026, at 10:00 AM Mountain Daylight Time (MDT).
- Questions/RFIs Due: March 3, 2026, at 10:00 AM MDT.
- Submission Method: Electronically via PIEE (https://piee.eb.mil/). Emailed quotes are generally not accepted.
- Quote Structure: Three parts: Price Quote (using Attachment 2 Price Schedule), Technical Documentation (max 15 pages, addressing work plan, service methodology, equipment, and qualifications), and Past Performance Information.
- Evaluation Factors: Price, Technical, and Past Performance. The government will conduct a comparative evaluation of non-priced factors and a tradeoff analysis to select the best value.
- Eligibility: Vendors must be registered in SAM.gov.
- Contacts for Questions: David Willers (david.willers@us.af.mil) and Travis Martin (travis.martin.17@usafa.af.mil).
Additional Notes
The solicitation incorporates FAR 52.212-1 (Instructions to Offerors) and FAR 52.212-2 (Evaluation), with specific addenda. The Service Contract Act Wage Determination (Attachment 3) provides minimum wage rates and fringe benefits for labor. The government reserves the right to cancel the solicitation or not make an award. No contract financing will be provided.