Skip to content
Department of Homeland Security

AFFF Clean out and Disposal

Solicitation: 31140PR260000010
Notice ID: 5f6e76ee673b499bba3a96a8eb4e7714

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: AK. Response deadline: Jan 12, 2026. Industry: NAICS 562112 • PSC S205.

Market snapshot

Awarded-market signal for NAICS 562112 (last 12 months), benchmarked to sector 56.

12-month awarded value
$17,336,099
Sector total $924,525,187 • Share 1.9%
Live
Median
$63,486
P10–P90
$18,117$13,596,675
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.9%
share
Momentum (last 3 vs prior 3 buckets)
+100%($17,336,099)
Deal sizing
$63,486 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AK
Live POP
Place of performance
Kodiak, Alaska • 99619 United States
State: AK
Contracting office
Kodiak, AK • 99619 USA

Point of Contact

Name
Robbin Kessler
Email
robbin.m.kessler@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
BASE KODIAK(00045)
Office
Not available
Contracting Office Address
Kodiak, AK
99619 USA

More in NAICS 562112

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number 31140PR260000010 is issued as a request for quotation (RFQ) for Aqueous Fire Fighting Foam (AFFF) clean out and disposal. The NAICS Code is 562112.

This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

USCG Base Kodiak, Kodiak, AK, has a requirement for the clean out, transfer, and preparation of all Aqueous Fire Fighting Foam (AFFF) concentrate and resultant mixtures from a Coast Guard-owned 2013 Oshkosh Striker 1500 Aviation Rescue Firefighting (ARFF) truck for disposal in accordance with the attached Performance Work Statement (PWS). Performance must be completed within 30 days after award, unless otherwise negotiated.  

FAR 52.212-1 and addenda to FAR 52.212-1 apply to this acquisition. Addenda provisions are:

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (Jan 2017)

FAR 52.204-7     System for Award Management (DEVIATION)

52.240-90, Security Prohibitions and Exclusions Representations and Certifications (DEVUATION)

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

Solicitation Instruction Addenda is:

Offeror shall provide a technical capability section, with no more than 10 pages, that clearly describes the offeror’s capability to perform the government’s requirement. To be found technically acceptable, at a minimum, the offeror must demonstrate:

a. Knowledge and experience of management/profiling, shipment preparation, transportation, final treatment, disposal, and/or recycling of hazardous waste within the State of Alaska, including working in remote areas of the state.

b. Evidence of a valid Environmental Protection Agency (EPA) license(s) to manage hazardous materials.

Offeror shall provide a firm-fixed price to perform the entire effort identified in the PWS.

FAR 52.212-2 applies to this acquisition. Evaluation criteria is best value, where technical expertise and experience with hazardous waste handling in Alaska are more important than price.

FAR 52.212-4 and addenda to FAR 52.212-4 apply to this acquisition. Clause Addenda are:

FAR 52.204-13 - System for Award Management Maintenance. (DEVIATION)

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-13, System for Award Management—Maintenance (DEVIATION)

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (DEVIATION)

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (DEVIATION)

52.222-3 Convict Labor (DEVIATION)

52.222-36 Equal Opportunity for Workers with Disabilities. (DEVIATION)

52.222-41 Service Contract Labor Standards (DEVIATION)

52.222-42 Statement of Equivalent Rates for Federal Hires. (May 2014) - Supply Technician, GS-7 (plus hazardous differential)

52.222-50, Combating Trafficking in Persons (DEVIATION)

52.222-62 Paid Sick Leave Under Executive Order 13706. (DEVIATION)

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (May 2024)

52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Mar 2023)

52.233-3 Protest after Award. (DEVIATION)

52.233-4 Applicable Law for Breach of Contract Claim. (DEVIATION)

52.240-91 Security Prohibitions and Exclusions. (DEVIATION)

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)

Quotes are due by January 12, 2026, at 1:00 p.m., Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil  to be considered for award. If it is in the best interest of the government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Quotes shall list two points of contact for the offeror, including name, phone number, and email address.

All contractual and technical questions must be in writing. Questions must be received by January 5, 2026, 1:00 p.m. Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil Telephone questions will not be accepted.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.