Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2026 SAM #8836
SOLICITATION NOTICE

S -- Drain Maintenance BPA

Notice Date
2/2/2026 12:07:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460825QS059
 
Response Due
2/24/2026 11:00:00 AM
 
Archive Date
03/11/2026
 
Point of Contact
SSgt Darrell Gomba, Phone: 3184564841, Thomas Hutchins, Phone: 3184563729
 
E-Mail Address
darrell.gomba@us.af.mil, thomas.hutchins.2@us.af.mil
(darrell.gomba@us.af.mil, thomas.hutchins.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis - Solicitation for Commercial Items (IAW FAR 12.603) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS059 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-06) as of 01 October 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 562991. The small business size standard is $9.0M. ***NOTICE TO OFFERORS*** The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. If funds are not available to fund the entire contract value, the Government reserves the right to re-evaluate quotes by unit price per item and issue an award on a SOME, NONE, or ALL basis for each individual item needed Contracting Office Address: Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US). DESCRIPTION/PURPOSE: This RFQ solicits bacterial/enzyme drain and sewer treatment services as detailed in Attachment 2, Statement of Work, dated 30 July 2025, and Attachment 3, Price List. Barksdale Air Force Base (AFB) intends to establish a Blanket Purchase Agreement (BPA). Under this BPA, the contractor will provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform drain and sewer treatment services at Barksdale AFB, LA. Specific requirements for the drain and sewer treatment services are outlined in Attachment 2 and Attachment 3. Purchase Limitations: � Individual Call Order Limit: No individual call order against this BPA may exceed $25,000.00. � Call Order Definition: For this BPA, a call order is defined as all items and services necessary to perform drain and sewer treatment services outlined in Attachment 3. � Billing: Each call order will be billed in its entirety after the services are rendered. The billing period is defined as per call order. � BPA Dollar Limit: The total dollar limit for BPAs established under solicitation FA460825QS059 is $350,000.00 Period Of Performance: The period of performance for the BPA established under solicitation FA460825QS059 will vary based on government needs but will not exceed five years from the BPA establishment date or $350,000.00 in total orders, whichever comes first. Due Date and Time: Questions are due by 1:00 PM Central Daylight Time (CDT), Tuesday, 10 January 2026, to the Contracting Specialist SSgt Darrell Gomba at darrell.gomba@us.af.mil or the Contracting Officer, Thomas Hutchins, at thomas.hutchins.2@us.af.mil Answers will be posted to SAM.gov on or around Tuesday, 17 February 2026. Quotes are requested by 1:00 PM Central Daylight Time (CDT), Tuesday, 24 February 2026. IMPORTANT (MUST READ): This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully review the attached Wage Determination. While the Wage Determination may contain language referencing the implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the application of Executive Order 14026 and its implementing regulations under this contract are governed by the FAR. As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-06, effective October 1, 2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract. Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR. Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause. By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the terms and conditions set forth in this information. Quoters must complete Attachment 3 - Bid Schedule accurately, adhering strictly to the specified unit of measure for each item; quotes not using the prescribed unit of measure will be deemed non-responsive. The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1. Quotes shall be submitted in electronic format and emailed to Darrell.gomba@us.af.mil than the solicitation due date and time. Email is the required method; however, it is the contractor�s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response. BEST VALUE DETERMINATION: Award will be based on price/technical to determine best value. The following attachments are applicable to this RFQ: Attachment 1, Provisions and Clauses Attachment 2, Statement of Work, dated 30 January 2025 Attachment 3, Price List Attachment 4, Wage Determination 2015-5191, Rev 29 Points of Contact (POCs): SSgt Darrell Gomba, Contracting Specialist, at (318) 456-3538 or email darrell.gomba@us.af.mil Thomas Hutchins, Contracting Officer, (318) 456-3729 or email thomas.hutchins.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/514b6d430e7a455d9d271c058efa8417/view)
 
Place of Performance
Address: Bossier City, LA 71112, USA
Zip Code: 71112
Country: USA
 
Record
SN07702955-F 20260204/260202230042 (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!  © 1994-2026, Loren Data Corp.