Drain Degreaser Services
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 Department of the Air Force is soliciting proposals for Drain Degreaser Services for the 23rd Civil Engineering Squadron (23 CES) at Moody Air Force Base, GA. This requirement involves maintaining and servicing facility drains, installing chemical injection degreaser equipment, and providing non-hazardous enzyme-based treatment chemicals across eight facilities. This is a Total Small Business Set-Aside. Quotations are due March 2, 2026, at 1:00 PM EDT.
Scope of Work
The contractor will provide comprehensive drain degreaser services, including:
- Installation and Maintenance: Install, operate, and sustain industry-standard chemical injection degreaser equipment at eleven designated systems across eight facilities.
- Chemical Supply: Supply and install non-hazardous, enzyme-based degreasing chemicals. Caustic or hazardous materials are prohibited.
- Monthly Service Visits: Conduct monthly visits to verify proper operation of chemical injection pumps, replenish treatment chemicals, and ensure continuous, unobstructed drainage.
- Disposal: Remove and dispose of empty chemical containers off base.
- Response: Respond to equipment malfunctions or improper installation within 24 hours.
- Locations: Services are required at facilities including the Main Child Development Center, Dining Facility, Bowling Alley/The Spot, Fire Department, Moody Field Club, Commissary, Burger King, and Golf Course.
- Standards: Work must adhere to the Georgia Plumbing Code, acceptable industry standards, and OSHA safety standards. All chemicals must be approved by the 23d CES Utility Plumbing Shop and 23d LRS HAZMART Office.
Contract Details
- Contract Type: Purchase Order (Solicitation No: FA483026Q0004)
- Period of Performance: Begins October 1, 2026, consisting of a 12-month base period and four 12-month option periods.
- Place of Performance: Moody AFB, GA 31699, USA.
- Estimated Effort: Approximately 120 labor hours annually.
- Set-Aside: Total Small Business Set-Aside (NAICS: 238220, Size Standard: $19M).
Evaluation Factors
Award will be made to the responsible offeror whose quotation represents the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Factors considered include:
- Technical Capability: Offerors must provide documentation demonstrating a complete and realistic plan to meet PWS objectives and all technical requirements.
- Past Performance: Government will assess recent and relevant past contract performance, assigning an "Acceptable" or "Unacceptable" rating.
- Price: Evaluated under the LPTA framework.
Submission & Deadlines
- Questions Due: February 24, 2026, by 11:00 AM EDT. Email questions to jacob.turner.28@us.af.mil and CC nasir.smith.1@us.af.mil.
- Quotations Due: March 2, 2026, by 1:00 PM EDT. Submit electronically to the outlined POCs.
- Instructions: FAR 52.212-1 and FAR 52.212-2 are incorporated by reference/attachment. Offerors must update representations and certifications at www.sam.gov.
Contact Information
- Primary: 2nd Lt. Jacob Turner (jacob.turner.28@us.af.mil, 229-257-4776)
- Secondary: 1st Lt. Nasir Smith (nasir.smith.1@us.af.mil, 229-257-3226)