Wastewater Treatment Plant Lab Testing
ID: FA440724QEB10Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4407 375 CONS LGCSCOTT AFB, IL, 62225-5015, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H946)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for laboratory testing services related to wastewater treatment at Scott Air Force Base in Illinois. The selected contractor will be responsible for performing weekly laboratory tests in compliance with the National Pollutant Discharge Elimination System (NPDES) permit, including the provision of sample containers, temperature-controlled transport, and timely reporting of test results within ten calendar days. This procurement is crucial for maintaining environmental safety and compliance in wastewater management, with the contract set aside exclusively for small businesses under NAICS code 541380. Interested parties must submit their proposals, including a cover letter and technical documentation, by the specified deadlines, and can direct inquiries to Erica Bratton at ERICA.BRATTON@US.AF.MIL or Brandon Katka at brandon.katka@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for laboratory services related to wastewater treatment at Scott Air Force Base (AFB), IL, for the fiscal year 2025. Funding is not currently available, and the government may cancel this solicitation if funds do not materialize. The prospective contract spans from October 2024 through September 2029, including one base year and four option years, contingent upon funding. The acquisition is designated as a 100% Small Business Set Aside in accordance with NAICS code 541380, and the laboratory providing the services must hold certification from the Illinois Environmental Protection Agency. The required laboratory tests include various analyses for water purification and sewage treatment, with specifications for reporting and sample handling. Potential contractors must submit their proposals in three parts: a cover letter, technical documentation proving compliance with requirements, and a complete pricing quote. Evaluation will be based on a Lowest Price Technically Acceptable methodology. All questions and quotes are to be submitted via email by specified deadlines. This RFQ reflects the government's commitment to maintaining wastewater treatment standards while fostering small business participation in federal contracting opportunities.
    The Statement of Work outlines the requirements for wastewater treatment plant (WWTP) laboratory tests at Scott Air Force Base, Illinois, effective June 4, 2024. The contractor is tasked with performing weekly water testing and quarterly sludge analysis in accordance with the National Pollutant Discharge Elimination System (NPDES) permit. These tests involve various water quality analyses and require certified laboratory services. Key responsibilities include providing necessary sample containers, temperature-controlled transport, and timely test results within 10 days. The document includes tables detailing the estimated quantities for testing, such as Biological Oxygen Demand and fecal coliform levels, along with specific sampling schedules. Additionally, sludge testing for parameters like total solids and heavy metals is required. Administrative stipulations emphasize that the contract amount is limited and that urgent needs may result in sourcing from alternative providers if delivery cannot be met. Security protocols and training requirements for contractor staff are also outlined, ensuring compliance with Air Force guidelines. Overall, this document serves as a comprehensive guide for bidders to deliver essential laboratory services in environmental compliance for wastewater treatment at the facility.
    This document outlines a request for proposal (RFP) for laboratory testing services relating to environmental monitoring and wastewater treatment at Scott Air Force Base, covering a base year from October 2024 to September 2025 and inclusive of four option years. The RFP specifies a series of Contract Line Item Numbers (CLINs) that detail various types of water quality sampling such as BOD, ammonia, fecal coliform, and other chemical analyses. Each sample type is quantified by estimated annual units, although the unit prices and total costs remain unassigned. The document also sets deadlines for quotes and inquiries, detailing the requirement for rapid reporting back to the Point of Contact (POC) within ten days of sample receipt. This solicitation aims to ensure compliance with National Pollutant Discharge Elimination System (NPDES) regulations, highlighting the government's focus on environmental safety and effective waste management practices. The structure is systematic, dividing costs into base and option years while emphasizing compliance and systematic reporting in the environmental testing processes required.
    This document, titled "Register of Wage Determinations Under the Service Contract Act" by the U.S. Department of Labor, outlines wage rates and job classifications for federal contracts subject to the Service Contract Act. Wage Determination No. 2015-5075 indicates contractors must adhere to minimum wage rates set by Executive Orders 14026 and 13658, with adjustments for contracts entered or renewed after specified dates. It provides detailed wage rates for various occupations within Illinois and Missouri, requiring contractors to offer fringe benefits including health and welfare compensation, vacation, and holidays. Occupational codes are listed, along with corresponding rates, highlighting specific roles from administrative tasks to technical work. Additional provisions cover paid sick leave requirements under Executive Order 13706 and specifics on uniform allowances. The document serves as a crucial reference for compliance in federally funded contracts, emphasizing transparency and fair compensation for labor in government projects necessary for RFPs, grants, and local initiatives. Overall, it reflects the government's commitment to uphold standards in employment conditions for contracted services.
    The document outlines the solicitation number FA440724QEB10 for a government contract involving various clauses related to federal procurement, particularly for Department of Defense projects. Key provisions address the responsibilities of contractors, including compliance with safeguards for covered defense information, whistleblower rights, and reporting requirements. Specific clauses prohibit contracting with entities associated with the Maduro regime and require representation regarding business operations affected by federal regulations. Additionally, it emphasizes the need for electronic payment submissions via the Wide Area Workflow (WAWF) system, and outlines the requirements for contractors to maintain essential services during crises. The document includes detailed definitions of essential contractor services, the responsibilities of contractors during emergencies, and the necessity for a Mission-Essential Contractor Services Plan. Overall, this solicitation framework is designed to ensure transparency, accountability, and compliance with federal regulations, reflecting the government's commitment to safeguarding sensitive information and maintaining operational continuity in critical services. The precise legal language and range of clauses illustrate the complexity of federal contracting and the stringent compliance regulations contractors must follow.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for soil sampling services at Cannon Air Force Base in New Mexico, aimed at assessing PFAS contamination beneath the Aircraft Fire Training Evaporation Pond. The contractor will be responsible for collecting soil samples to a depth of 15 feet at designated intervals, following EPA Method 1633, to determine the extent of contamination and ensure compliance with environmental safety standards. This procurement is critical for environmental remediation efforts associated with military operations, reflecting the government's commitment to managing hazardous materials responsibly. Interested small businesses must submit their proposals by September 20, 2024, with a total contract value of up to $25 million, and can direct inquiries to Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil.
    Water Testing and Treatment Services for NSWSC San Diego, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Schools Command (NSWSC) in San Diego, California, is soliciting proposals for Water Testing and Treatment Services to support their Engineering Training Lab. The primary objective is to ensure the effective treatment of fresh cooling water used in water cooling towers, which is essential to prevent bacterial growth that could hinder cooling operations and damage water pipes. This service is critical for maintaining the functionality of shipboard equipment in a controlled training environment. Interested contractors must provide all necessary personnel, materials, and equipment for monthly services over a 12-month period, with compliance to safety and environmental standards. Proposals must be submitted electronically, and for further inquiries, interested parties can contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    Aircraft Latrine Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Latrine Service at Keesler Air Force Base in Biloxi, Mississippi. The contract requires the contractor to provide comprehensive cleaning and recharging services for aircraft lavatories, adhering to specific operational standards and environmental regulations, with a performance period from October 1, 2024, to September 30, 2025. This service is critical for maintaining the operational readiness of WC-130J and C-130J aircraft, ensuring compliance with federal labor laws and supporting fair labor practices as outlined in the Wage Determination document. The estimated total award amount for this contract is $9 million, and interested parties should direct inquiries to Dalwyn Corporan-Polanco at dalwyn.corporan-polanco@us.af.mil or Priscilla Brown at priscilla.brown.5@us.af.mil.
    Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for laboratory testing services to support the Contingency Aeromedical Staging Facility (CASF) at Dobbins Air Reserve Base in Marietta, Georgia. The contractor will be responsible for providing certified personnel and managing all necessary equipment and supplies for various medical laboratory tests, ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining the health and readiness of military and DoD civilian personnel, with a focus on timely specimen collection, quality control, and adherence to HIPAA standards. Interested contractors must submit their proposals by 12:00 pm EDT on September 20, 2024, and can contact Keyonis Shack at keyonis.shack@us.af.mil or Patrina Sheffield at patrina.sheffield@us.af.mil for further information.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of portable, handicap-accessible latrines and comprehensive cleaning services for 150 launch facilities, with maintenance scheduled every 30 days and additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at a key military installation, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors are encouraged to review the Performance Work Statement and submit inquiries via the provided Question & Answer form, with key deadlines and requirements outlined in the solicitation documents. For further information, prospective offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Replace Lift Station Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to replace a submersible sewage pump at Columbus Air Force Base in Mississippi. The contractor will be responsible for providing all necessary materials, equipment, and transportation for the delivery of a Wilo model FA 10.51E pump or an approved equivalent, which must meet specific technical requirements including a 7.5 HP power rating and a design flow of 600 GPM. This procurement is crucial for maintaining effective waste management systems at the facility, ensuring compliance with operational standards. Interested parties should contact Bryson Cassidy at bryson.cassidy@us.af.mil or Carson Songy at carson.songy@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Portable Restroom Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the rental of a unisex restroom trailer to support a facility renovation project at Altus Air Force Base (AFB) in Oklahoma. The contractor will be responsible for providing a restroom trailer with four to six stalls, complete with sinks, toilets, and climate control, along with sanitation, facility maintenance, and waste removal services for a period of two years, starting on October 21, 2024. This procurement is critical for ensuring adequate sanitation facilities during the renovation, emphasizing compliance with environmental regulations and safety standards. Interested vendors must submit their proposals electronically, adhering to the outlined requirements, and can contact Isaiah Jones or Jacolbi Thomas for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the 144th Fighter Wing at the Fresno Air National Guard Base, is seeking qualified small businesses to provide oil/water holding tank clean-up services. The contractor will be responsible for emptying and visually inspecting six holding tanks and one catch basin, ensuring compliance with federal regulations and environmental standards. This procurement is critical for maintaining environmental safety and operational efficiency at the facility, with a total award amount estimated at approximately $16.5 million. Interested parties must submit their quotes electronically by September 20, 2024, and are encouraged to attend a site visit scheduled for September 11, 2024, to better understand the project requirements. For further inquiries, contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or call (559) 454-5129.
    H146--Amend 0001 - Q&A, revised Price/Cost Schedule | CTX Water Quality Monitoring
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for water quality monitoring services across multiple locations within the Central Texas Veterans Health Care System, including Waco, Austin, and Temple. The contractor will be responsible for conducting water sample collection and analysis for various parameters, including bacteria and Legionella, while ensuring compliance with federal environmental regulations. This contract, valued at an estimated $19 million, spans one base year with four optional renewal years, emphasizing the importance of maintaining water quality in healthcare environments. Interested parties must submit their proposals by September 25, 2024, at 12 PM Central Time, and can direct inquiries to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.