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 (RFQ FA700026Q0020). This is a 100% Small Business Set-Aside for a Firm Fixed-Price contract. The services are required for the USAFA and Farish Recreation area, with quotes due by March 10, 2026, at 10:00 AM MDT.
Scope of Work
The contractor shall provide all management, tools, supplies, equipment, and labor for bio-solid pumping services. This includes removing wet and dry solids from the Wastewater Treatment Plant, and cleaning/pumping oil/water separators, grease traps, sand traps, cesspools, and septic/holding tanks. Work must comply with government and commercial standards. Key performance standards include timely completion of scheduled maintenance, monthly service scheduling, emergency response within 12 hours, and 100% accurate reporting. The Period of Performance will begin on April 1, 2026.
Contract Details
- Contract Type: Firm Fixed-Price
- Duration: One base year with four one-year option periods.
- Set-Aside: 100% Small Business
- NAICS Code: 562219 (All other miscellaneous waste Management) with a $47 million size standard.
- Place of Performance: United States Air Force Academy (USAFA), CO, and Farish Recreation area.
Submission & Evaluation
Quotes must be submitted electronically via PIEE (https://piee.eb.mil/) and adhere to a 15-page limit (10-point font, single-spaced). Submissions must include three parts:
- Part I - Price Quote: Complete the CLIN Schedule (Attachment 2) with unit costs for each CLIN across all contract years.
- Part II - Technical Documentation: Address Technical & Management Approach (Work Plan, Service Methodology) and Resources & Qualifications (Equipment and Vehicle Plan).
- Part III - Past Performance Information: Information will be gathered via CPARS, SAM.gov, FAPIIS.gov, and interviews.
Evaluation will be a comparative process based on Price, Technical, and Past Performance to determine the best value to the Government. Vendors must be registered in SAM.gov. The Government reserves the right to cancel the solicitation or make no award.
Key Dates
- Questions/RFIs Due: March 3, 2026, 10:00 AM MDT (Passed)
- Site Visit: March 6, 2026, 9:30 AM at USAFA South Gate (RSVP by March 4, 2026, 12:00 PM MDT to david.willers@us.af.mil) (Passed)
- Quotes Due: March 10, 2026, 10:00 AM MDT
Important Notes
Recent clarifications confirm the Period of Performance starts April 1, 2026, unit prices will remain monthly, and RCRA metals sampling for oil/water separators/sand traps is required only once every three years. The Service Contract Act Wage Determination (Attachment 3) applies. Contractors requiring installation access must comply with DAFI 91-204 and DAFI 91-202 reporting requirements.