Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2025 SAM #8745
SOURCES SOUGHT

S -- Bio solid Waste Pumping and Removal

Notice Date
11/3/2025 12:35:33 PM
 
Notice Type
Sources Sought
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700026Q1111
 
Response Due
11/13/2025 11:00:00 AM
 
Archive Date
11/28/2025
 
Point of Contact
Jerry Smith, Phone: 7193334969
 
E-Mail Address
jerry.smith.25@us.af.mil
(jerry.smith.25@us.af.mil)
 
Description
INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The United States Air Force Academy (USAFA) anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 562998 (All Other Miscellaneous Waste Management Services). The size standard for NAICS is $16.5M. The requirement is to provide: Remove wet and dry solids from the Wastewater Treatment Plant and clean/pump water separators, grease traps, sand traps and septic holding tanks located on USAFA and Farish Recreation near Woodland Park CO. Draft PWS is attached. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date. Also include any concerns with the NAICS selected, ambiguities in the PWS or any concerns that need to be addressed prior to solicitation. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address jerry.smith.24@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 13 November 2025. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/07763a9e29a94aeaac812245c618ce91/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN07634067-F 20251105/251103230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.