Drain Degreaser Services

SOL #: FA483026Q0004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4830 23 CONS CC
MOODY AFB, GA, 31699-1700, United States

Place of Performance

Fort Moore, GA

NAICS

Plumbing (238220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 20, 2026, 6:00 PM

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 Total Small Business Set-Aside opportunity requires maintaining facility drains, installing chemical injection degreaser equipment, and providing non-hazardous enzyme-based treatment chemicals. Offers are due March 20, 2026, at 2:00 PM EST.

Scope of Work

The contractor will provide comprehensive drain degreaser services, including:

  • Installation and maintenance of industry-standard chemical injection degreaser equipment at eleven (11) systems across eight (8) facilities on base (e.g., Child Development Center, Dining Facility, Bowling Alley, Fire Department, Moody Field Club, Commissary, Burger King, Golf Course).
  • Monthly service visits to verify proper equipment operation and replenish treatment chemicals.
  • Provision of non-hazardous enzyme-based treatment chemicals designed to prevent grease accumulation and ensure continuous, unobstructed drainage. Caustic or hazardous materials are prohibited.
  • Disposal of empty chemical containers off Moody AFB.
  • Response to equipment malfunctions within twenty-four (24) hours. The estimated annual level of effort is approximately 120 labor hours.

Contract Details

  • Contract Type: Firm-Fixed Price
  • Period of Performance: A twelve (12)-month base period starting October 1, 2026, followed by four (4) twelve (12)-month option periods.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a $19M size standard.
  • Place of Performance: Moody Air Force Base, GA.
  • Wage Determination: U.S. Department of Labor Wage Determination No. 2015-4493, Revision No. 30, applies for Georgia counties Brooks, Echols, Lanier, and Lowndes.

Evaluation Factors for Award

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: Demonstrated complete and realistic plan to meet PWS objectives and all technical requirements.
  • Past Performance: Assessment of recent and relevant performance quality (rated Acceptable/Unacceptable).
  • Price: Evaluated under LPTA.
  • Insurance Compliance: Submission of the attached "Insurance Compliance" form.

Submission Requirements

  • Offers Due: March 20, 2026, at 2:00 PM EST.
  • Questions Due: March 13, 2026, at 1:00 PM EST.
  • Site Visit: A site visit will be conducted on March 11, 2026, at 10:00 AM. Interested parties must email jacob.turner.28@us.af.mil and CC nasir.smith.l@us.af.mil to receive required pre-arrival documents.
  • Quotation Contents: Must include Company Name, UEID, Cage Code, Number of Employees, Total Yearly Revenue, a detailed Capability Statement, Price Breakdown, and Product Specification Sheet.
  • Submission Method: Electronically to the provided Points of Contact.
  • Contact: 2nd Lt. Jacob Turner (jacob.turner.28@us.af.mil) and 1st Lt. Nasir Smith (nasir.smith.l@us.af.mil).

Additional Notes

The incumbent contractor is Superior Water Services INC (FA483021C0003). The contractor is not responsible for cleaning clogged drains. Subcontracting for on-site servicing is permitted. Estimated annual chemical usage is 600 gallons. Offerors must ensure their SAM registration is current and acknowledge all incorporated FAR/DFARS clauses, including the prohibition on covered defense telecommunications equipment.

People

Points of Contact

2nd Lt. Jacob TurnerPRIMARY
1st Lt. Nasir SmithSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Solicitation
Posted: Mar 18, 2026
Version 6
Solicitation
Posted: Mar 5, 2026
View
Version 5
Solicitation
Posted: Mar 4, 2026
View
Version 4
Solicitation
Posted: Feb 27, 2026
View
Version 3
Solicitation
Posted: Feb 24, 2026
View
Version 2
Solicitation
Posted: Feb 18, 2026
View
Version 1
Sources Sought
Posted: Jan 21, 2026
View