Joint Base Charleston Waste Water Treatment Plant Operation and Maintenance

SOL #: FA441826Q0031Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4418 628 CONS PK
JOINT BASE CHARLESTON, SC, 29404-5021, United States

Place of Performance

Moncks Corner, SC

NAICS

Sewage Treatment Facilities (221320)

PSC

Waste Treatment And Storage (S222)

Set Aside

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

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 20, 2026
3
Submission Deadline
Mar 27, 2026, 4:00 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 seeking proposals for Wastewater Treatment Plant (WWTP) Operation and Maintenance Services at Joint Base Charleston–Weapon Station (JB CHS-WS) Short Stay Recreational Area, Moncks Corner, South Carolina. This is a Total Small Business Set-Aside combined synopsis/solicitation issued as a Request for Quote (RFQ). Offers are due by March 27, 2026, at 12:00 PM EST.

Scope of Work

The contractor will provide all management, tools, supplies, equipment, transportation, labor, and supervision for non-personal WWTP operation and maintenance services. This includes 24/7 operation and maintenance of the WWTP, Water Distribution System, Wastewater Collection System, and the associated RV Dump Station. Key tasks involve continuous operation, sampling, lab analysis, waste/effluent disposal, and adherence to NPDES permit requirements. The scope also covers a Preventative Maintenance Inspection (PMI) program and corrective maintenance for emergency, urgent, and routine service calls. Notably, the number of backflow preventers has been updated to one (1), and annual effluent flow meter calibration is a contractor responsibility.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (RFQ)
  • Set-Aside: Total Small Business Set-Aside
  • Product Service Code: S222 (Housekeeping- Sewage and Waste Facilities)
  • NAICS Code: 221320 (Sewage Treatment Facilities)
  • Place of Performance: JB CHS-WS Short Stay Recreational Area, Moncks Corner, SC
  • Offers Due: March 27, 2026, at 12:00 PM EST
  • Published: March 20, 2026
  • Site Visit: March 11, 2026, at 10:00 AM EST (RSVP by March 6, 2026, 12:00 PM EST)
  • Questions Due: March 12, 2026, at 12:00 PM EST

Evaluation Factors

Award will be based on a best-value trade-off process, with Technical and Past Performance, when combined, being significantly more important than Price. The Government may award to a higher-priced offeror if technical superiority or more relevant past performance justifies the additional cost.

  1. Technical (Acceptable/Unacceptable): Requires demonstration of successful WWTP O&M management, employment of a South Carolina Environmental Certification Board Class B (or higher) WWTP licensed operator, and ability to meet tiered response timelines. A complete Mission-Essential Services Plan is required.
  2. Past Performance: Evaluated for recency (within 3 years) and relevancy, specifically experience with Small Package Plants, Lift Stations, Backflow Preventers, and Pump and Haul services.
  3. Price: Total price for base year plus four option years. Unbalanced option prices may be deemed unacceptable.

Key Requirements & Clarifications

Offerors must provide definitive evidence of successful management and oversight of WWTP operations and maintenance services and employ a primary WWTP operator with a current South Carolina Environmental Certification Board Class B (or higher) license. Previous contractors faced challenges with Total Residual Chlorine (TRC), Total Suspended Solids (TSS), E.Coli, and Dissolved Oxygen (DO). The contractor will be responsible for touch-up painting after the Government performs exterior painting. Remote Tank Level Indicators (TLI's) will be accessible to and maintained by the contractor. Staffing levels are at the contractor's discretion. The RFQ Pricing Workbook (Attachment 4) details CLINs for O&M, pump and haul, and repairs across the base and option years.

Contact Information

People

Points of Contact

Taylor K. McDanielPRIMARY
Madison NerenbergSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Joint Base Charleston Waste Water Treatment Plant Operation and Maintenance | GovScope