FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
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.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued.
(ii) Solicitation Number HQC00526RE002
This solicitation is issued as an Request for Proposal (RFP)].
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 Oct. 1, 2025.
(iv) Set-Aside and NAICS Code:
- This solicitation is Small Business Set-Aside.
- The applicable NAICS Code is 311613
- The small business size standard is 750 employees.
(v) The Government anticipates awarding a Firm-Fixed Price (FFP) contract for the commercial fats and bones removal services listed in the Contract Line-Item Numbers (CLINs). See Attachment 1.
(vi) Description of Requirements:
removal/pickup/disposal of supermarket animal and fish by–products including fats and bones which could include chicken, pork, beef, lunch meat, fish, and sausages,
For details see Attachment A.
(vii) Period of Performance or Delivery Date and Place of
Base Period January 1, 2026 – December 31, 2026
First Option January 1, 2027 – December 31, 2027
Second Option January 1, 2028 – December 31, 2028
Third Option January 1, 2029– December 31, 2029
Fourth Option January 1, 2030– December 31, 2030
The anticipated period of performance is from January 1, 2026 to December 31, 2030.
See Attachment 2 for Delivery Address, FOB Point and Acceptance Location.
(viii) The provision at 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 4.
(ix) Evaluation will be based on Technical Capability, Past Performance and Price. Evaluation will be in accordance with FAR part 13 Simplified Acquisition Procedures.
(x) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 3
(xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 5 for applicable clauses stated within.
(xi) Additional Contract Requirements
The following additional contract requirement(s) or terms and conditions apply to this acquisition:
- See Attachment 7 Provisions and Clauses Incorporated by Reference
- See Attachment 6 Provisions and Clauses Incorporated in Full Text
(xiv) Reserved.
(xv) Submit signed and dated offers to marcella.simmons@deca.mil or Robert.french@deca.mil at or before:
- Date Offers Are Due: December 18, 2025
- Time Offers Are Due: 3:00 PM EST
The following attachments as referenced are provided as part of this solicitation:
Attachment 1 – CLIN Structure and Price Submission Document
Attachment 2 – Delivery Address, FOB Point and Acceptance Location
Attachment 3–Contract Terms and Conditions-Commercial Products and Commercial Services
Attachment 4 – Instructions to Offerors-Commercial Products and Commercial Services
Attachment 5 –Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services
Attachment 6 – Provisions and Clauses Incorporated in Full Text
Attachment 7 – Provisions and Clauses Incorporated by Reference
Attachment 8– Past Performance Survey
Attachment A – Statement of Work / Performance Work Statement