- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Oil Water Separator Design/Install
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: ID. Response deadline: Apr 30, 2026. Industry: NAICS 237990 • PSC Z2JZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 14 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237990
Description
Scope: The objective of this project is to install a gravity fed, 300 gallon per minute (GPM) oil water separator (OWS) to capture and remove 99% of free and dispersed hydrocarbons larger than 20 microns, with integrated sensors for real-time monitoring. The government is pursuing the installation of this OWS due to observed hydrocarbons entering the sanitary waste stream from building 270. The work involves but is not limited to excavation, shoring, foundations, plumbing, site electrical work, controls/alarms work, and commissioning. Additionally, the facility this will be serving is located on the airfield and will require extra precautions to prevent foreign object debris (FOD) from being generated and will require additional screening of personnel working on this project.
This acquisition is being conducted using the Two-Step Sealed Bidding procedures.
•Step 1 (This RFTP): Interested offerors shall submit an unpriced technicalproposal that directly addresses the requirements and evaluation criteria outlinedin this document. The Government will evaluate these proposals to determinewhich offerors have a high probability of successful performance. No pricinginformation of any kind shall be submitted in Step 1.
•Step 2 (Invitation for Bids): Offerors whose technical proposals are determined tobe acceptable in Step 1 will be invited to submit a sealed price bid for the project.The contract will be awarded to the responsible bidder who submitted the lowest-priced bid in Step 2.
Site Visit Date/Time: April 16, 2026, 10:00 AM MDT. Site visit information requests such as base access procedure or additional site visits shall only be submitted in writing to the CONS POCs. Site visit attendees must submit full names, driver’s license numbers and state of issue, company name, and vehicle type (personal or commercial vehicle), for all attendees, to the CONS POCs no later than 12:00 PM MDT on April 9, 2026.
For further infomation, please refer to the RFTP attached in the solicitation.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.