Opportunity

SAM #PAN040832

JBLM Grease Trap Cleaning and Used Cooking Oil Collection Services

Buyer

Military Installation - Joint Base Lewis-McChord (JBLM)

Posted

May 08, 2026

Respond By

May 29, 2026

Identifier

PAN040832

NAICS

562998

The U.S. Army at Joint Base Lewis-McChord (JBLM) is seeking contractors to provide comprehensive grease trap cleaning and used cooking oil (UCO) collection services for its food service facilities. - Government Buyer: - U.S. Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM) - OEMs and Vendors: - No specific OEMs or vendors are named; the requirement is for service providers with relevant waste management capabilities - Products/Services Requested: - Grease trap and interceptor cleaning every two months at government and commercial food service facilities on JBLM - Includes inspection, pumping, cleaning, maintenance, removal of grease and debris, clearing blockages, securing lids, and cleaning surrounding areas - Inspection reports must include Fats, Oil and Grease (FOG) and sludge depth - Monthly collection and off-base disposal of used cooking oil (UCO) from designated facilities - Monthly collection reports must be provided electronically to the Contracting Officer Representative (COR) - Compliance with Service Contract Act and JBLM security/training requirements for contractor personnel - Unique or Notable Requirements: - Contractor must provide detailed inspection and collection reports electronically - All waste (grease and UCO) must be disposed of off base - Services must be performed at both government-operated and commercial food service facilities on base - Contract is anticipated as Firm Fixed Price with a base year and four option years - NAICS code: 562998 (All Other Miscellaneous Waste Management Services); PSC: S222 (Housekeeping waste treat/storage) - No specific products, part numbers, or OEM equipment are required; the procurement is strictly for recurring service capabilities

Description

PRESOLICIATION NOTICE FOR INTEGRATED GREASE TRAP CLEAING AND COLLECTION OF UNUSED COOKING OIL (UCO), AT JOINT BASE LEWIS-MCCHORD (JBLM)

INTRODUCTION

The Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for grease trap cleaning and collection of unused cooking oil (UCO), at Joint Base Lewis-McChord (JBLM.

The intention is to procure these services on a competitive basis

The MICC will not host a site visit at this time for this requirement

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

PLACE OF PERFORMANCE

Location                                                     % On-Site Government              % Off-Site Contractor

Joint Base Lewis-McChord WA                    100%                                                0%

DISCLAIMER

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”

PROGRAM BACKGROUND

This requirement is for a non-personal service to provide JBLM regular scheduled cleaning services for grease traps. Joint Base Lewis-McChord (JBLM) is located in Pierce County, Washington State. JBLM has facilities that provide food services, such as Government operated dining facilities (DFAC), eating establishments (e.g. bowling alleys), and commercially operated restaurants (e.g. Aunt Annies). These facilities have either grease traps or grease interceptors installed to capture waste grease. These facilities also generate UCO. Under this contract, the Contractor shall clean these grease traps and interceptors and dispose of the waste grease off base. The contractor shall also collect the UCO and dispose of it off base. Note: new facilities or locations may be added to the contract and others may be removed.

REQUIRED CAPABILITIES

The Contractor shall perform grease trap cleaning services in accordance with the PWS and the Technical Exhibits (TE’s). The contractor shall also collect and dispose of UCO in accordance with the PWS and Technical Exhibits. 

Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 01, Grease Trap Cleaning PWS 12FEB26 (DRAFT)).

If your organization has the potential capacity to perform these contract services, please provide the following information:

1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization

2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capacity to:

1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated

2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements

3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation

4) provide services under a performance based service acquisition contract.

SPECIAL REQUIREMENTS:

Security. Contractor and all associated sub-contractors’ employees shall comply with applicable garrison, facility, and area commander garrison/facility access and local security policies and procedures (provided by Government representative). Service Contract Act

ELIGIBILITY

The applicable NAICS code for this requirement is 562998, All Other Miscellaneous Waste Management Services with a Small Business Size Standard of 16.5 million dollars. The Product Service Code is S222, Housekeeping waste treat/storage.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

A draft Performance Work Statement (Attachment 01, Grease Trap Cleaning PWS(4FEB26-DRAFT)) is attached for review.

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch.

The deadline for response to this request is no later than 2 pm, PDT, 29 May 2026. All responses under this Sources Sought Notice must be e-mailed to samuel.w.kamau.civ@army.mil.

This documentation must address at a minimum the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement?

2.) Can or has your company managed a contract with multiple grease traps with capacity between 25-300 gallons grease traps and collect Unused Cooking Oil.  Or is similar in nature to this contract? If so, please provide details.

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods.

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Unique Entity Identifier (UEI), Cage Code,  etc.

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

The estimated period of performance consists of a base year plus 4 options, with performance commencing in January 2027. Specifics regarding the number of option periods will be provided in the solicitation.

The contract type is anticipated to be a Firm Fixed Price Contract.

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Samuel Kamau, in either Microsoft Word or Portable Document Format (PDF), via email samuel.w.kamau.civ@army.mil.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

View original listing