GREASE TRAP PUMPING AND CLEANING SERVICES, FCI MCKEAN
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 Federal Bureau of Prisons, FCI McKean, is conducting a Sources Sought to identify qualified Total Small Business firms for Grease Trap Pumping and Cleaning Services at its facility in Lewis Run, PA. This market research will inform a future Indefinite-Delivery, Requirements-type contract with firm-fixed unit prices. Responses to the Market Research Questionnaire are due April 10, 2026.
Scope of Work
The contractor will provide quarterly (or as needed) pumping and cleaning services for two grease traps: one 10,000-gallon trap inside the secure perimeter and a 2,000-gallon trap at the satellite camp. Services include using a pump truck, scrapers, and hoses to clean side walls, baffles, and vacuum settled materials. The effluent filter must be cleaned, and FOG (Fat, Oil, and Grease) broken up. Visual inspections and reporting of any problems are required. All personnel entering the secure perimeter must undergo NCIC background checks conducted by the institution.
Contract & Timeline
- Type: Sources Sought (for future Indefinite-Delivery, Requirements-type contract)
- Anticipated Duration: One 12-month base year with up to four 12-month option years and an option for a 6-month extension.
- Set-Aside: Total Small Business (FAR 19.5)
- Response Due: April 10, 2026, 6:00 PM ET
- Published: March 18, 2026
Key Requirements & Compliance
Respondents should address their capability to meet requirements outlined in the Market Research Questionnaire. This includes:
- Business size (NAICS 562998, $16.5M size standard) and eligibility for small business programs (8(a), WOSB, SDVOSB, HUBZone).
- Compliance with FAR 52.219-14 (Limitations on Subcontracting) and SAM registration.
- Ability to provide firm fixed unit prices for up to 5 years and required insurance levels.
- Adherence to the Service Contract Act, Wage Determination No. 2015-4249, which specifies prevailing wage rates, fringe benefits (Health & Welfare, vacation, holidays), and paid sick leave for various occupations in relevant Pennsylvania counties.
Purpose & Next Steps
This notice is for planning purposes only. The information gathered will be vital in forming and determining the set-aside status of the future solicitation. Interested vendors should submit their completed questionnaire to M4Morris@bop.gov.