Bulk Water/Fuel Disposal Services
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Feb 23, 2026. Industry: NAICS 562219 • PSC S222.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562219
Description
SOURCES SOUGHT NOTICE: The 4th Contracting Squadron is seeking interested and capable sources to provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform non-personal Bulk Water/Fuel Disposal Services at Seymour Johnson Air Force Base (SJAFB) Goldsboro, NC. This is anticipated to be a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of one (1) year plus four (4) one-year option periods. The services required are based on our current Performance Work Statement (PWS) and include, but are not limited to, the following tasks: Collection and Removal: (The estimated annual quantity is twelve thousand (12,000) gallons) Pumping and collecting contaminated water, off-specification petroleum, oils, and lubricants (POL), and various fuel types (e.g., JP-8, diesel, mogas) from government-designated tanks, containers, and spill sites. Transportation: Providing suitable transportation vehicles (e.g., vacuum trucks, tanker trucks) that meet all federal, state, and local Department of Transportation (DOT) regulations for transporting hazardous and non-hazardous materials. The contractor shall furnish suitable transportation with a capacity of at least four thousand (4,000) gallons. The truck must be equipped with an explosion-proof pump suitable for transferring ignitable liquid with a flashpoint greater than one hundred (100) degrees Fahrenheit. This will require approximately fifty (50) feet of hose to connect to a 2-inch male cam lock fitting. Disposal/Recycling: Properly disposing of or recycling all collected materials at a licensed and certified treatment, storage, and disposal facility (TSDF) in strict compliance with Environmental Protection Agency (EPA) regulations and all applicable environmental laws. Documentation: Providing complete documentation for the chain of custody, including manifests, weight tickets, and certificates of disposal or recycling for all collected materials. Emergency Response: Capability to provide emergent, on-call services for spill response and urgent disposal needs within a specified timeframe (e.g., within 4 hours of notification). Purpose of This Notice: This is a Sources Sought notice for market research purposes only and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding will be solely at the interested partys expense. Submission Requirements for Interested and Capable Parties: Interested parties who believe they are capable of performing the services described above are requested to submit a capability statement: Company Information, Company Name and Address, Unique Entity Identifier (UEI) Number, CAGE Code, Point of Contact (Name, Title, Phone Number, and Email Address), Business Size and Status, Indicate your business size under the specified NAICS code 562211, Provide details on any and all socio-economic categories your business qualifies for (e.g., Small Business, 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone, Woman-Owned Small Business (WOSB)).Capability Narrative: A brief description of your companys capabilities to perform the services outlined in this description section. Provide specific examples of relevant past performance on contracts of similar scope, size, and complexity performed within the last three (3) years. Include contract numbers, project titles, dollar values (cost per gallon), and a Point of Contact (name and phone number) for each reference. Describe your companys experience with federal, state, and local environmental regulations (EPA, DOT) related to hazardous waste transportation and disposal. Confirm your ability to secure all necessary permits and licenses to perform the work in North Carolina. Please submit your capability statement via email to the primary Point of Contact AND CC the Alternate Point of Contact no later than the response date and time listed on this posting. Subject Line: Sources Sought: Bulk Water/Fuel Disposal Services - Your Company Name. All responses and questions must be submitted in writing to the email address above. Telephone inquiries 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.
The Department of the Air Force is seeking sources for Bulk Water/Fuel Disposal Services at Seymour Johnson Air Force Base, with an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract structure. The estimated annual quantity to be handled is twelve thousand (12,000) gallons, involving the removal of contaminated water and fuels, along with stringent compliance to EPA regulations. Interested companies must submit a capability statement by February 23, 2026, outlining their qualifications, experience, and compliance with relevant regulations.
The buyer aims to identify capable vendors for providing comprehensive services to manage the collection, transportation, disposal, and documentation of bulk water and fuel disposal at SJAFB, ensuring compliance with environmental and safety standards.
- Collection and Removal of contaminated water and fuels
- Transportation using suitable vehicles compliant with regulations
- Disposal/recycling at certified treatment facilities
- Documentation of chain of custody for all materials
- Emergency response capabilities for urgent disposal needs
- Company Information including UEI and CAGE Code
- Business size and socio-economic status under NAICS 562211
- Capability narrative with examples of past performance
- Documented compliance with EPA and DOT regulations
- Contact details for references and capability submission
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- No specific period of performance provided
- Lack of detailed information on current service providers
- Unclear exact requirements for the performance work statement (PWS)
- Absence of information on past contract performance metrics
- Undefined penalties for non-compliance or delays
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.