SANITARY HOLDING TANK PUMPING AND DISPOSAL 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
NAVSUP Fleet Logistics Center (FLC) Pearl Harbor is soliciting proposals for Sanitary Holding Tank Pumping and Disposal Services for the Commander Navy Region Hawaii (CNRH) Federal Fire Department (FFD) at Hickam Air Force Base, Hawaii. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ N0060426Q4027). The contract will be a Firm-Fixed Price (FFP) purchase order with a base year and four option years, extending services through April 2031. Quotes are due by 10:00 AM HST on April 20, 2026.
Scope of Work
The contractor will provide all labor, materials, equipment (including a pump truck), supervision, and transportation for the weekly pumping and legal disposal of wastewater from two 1,000-gallon holding tanks (2,000 gallons total) at the FFD Training Ground. Services include an initial inspection of tanks, piping, access lids, alarms, and vent pipes within the first 30 days. All collected sewage and wastewater must be disposed of at a licensed waste treatment facility. Performance standards require 95% delivery and compliance for inspection and pumping tasks, along with adherence to all applicable Environmental Protection Agency (EPA) and State of Hawaii regulations.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ N0060426Q4027)
- Contract Type: Firm-Fixed Price (FFP) Purchase Order
- Set-Aside: Total Small Business Set-Aside (NAICS 562991)
- Period of Performance: A base year from April 23, 2026, to April 22, 2027, plus four one-year option periods, extending through April 22, 2031.
- Place of Performance: FFD Training Ground, Building 17902H Worchester Ave., Hickam Air Force Base, Hawaii.
- Special Requirements: Contractor personnel must be U.S. citizens or U.S. nationals, comply with all federal, state, and local laws, and obtain base access via the Defense Biometric Identification System (DBIDS).
Submission & Evaluation
- Questions Due: 1:00 PM HST, April 16, 2026, submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil, referencing RFQ N0060426Q4027 in the subject line.
- Quotes Due: 10:00 AM HST, April 20, 2026, submitted via email to elisha.c.wallace-enos.civ@us.navy.mil.
- Evaluation Basis: Award will be made to the responsible Quoter whose quote is technically acceptable and most advantageous to the government, considering price and other factors. The lowest-priced quote may not be selected if a higher-priced quote is determined to be more advantageous.
- Evaluation Factors:
- Technical: Rated Acceptable/Unacceptable, demonstrating the firm's ability to meet solicitation requirements.
- Price: Identify costs for all Contract Line Item Numbers (CLINs 0001, 1001-4) as per Attachment 2 (Pricing Worksheet), ensuring mathematical correctness.
- Mandatory: Quoters must be registered in the System for Award Management (SAM.gov).
Attachments
Key attachments include the Performance Work Statement (PWS), Pricing Worksheet, Wage Determination (2015-5689 Rev 27), and Applicable FAR and DFAR Provisions and Clauses. Bidders must review the Wage Determination for minimum labor costs and the FAR/DFAR clauses for regulatory compliance.