Infrared Manholes
ID: 2025-PZI-1533IMType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

Testing Laboratories and Services (541380)

PSC

INSPECTION- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H359)

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 seeking qualified contractors for the cleaning and surveying of infrared manholes at Hanscom Air Force Base (AFB) in Massachusetts. The procurement requires contractors to provide all necessary labor, tools, equipment, and materials to perform thorough cleaning and thermographic surveys of identified electrical manholes, ensuring compliance with safety and operational standards. This initiative is crucial for maintaining the safety and reliability of the electrical infrastructure at the base, minimizing the risk of unscheduled power outages. Interested small businesses must submit their proposals by the specified deadlines, with the contract expected to span a base year from September 12, 2025, to September 11, 2026, and options for four additional years. For further inquiries, potential bidders can contact Austin Winchester at austin.winchester@us.af.mil or Eva Leavitt at Eva.leavitt@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document focuses on a manhole inspection project conducted by the Department of the Air Force at Hanscom Air Force Base. It is structured as a detailed inspection form, capturing essential information related to the manhole's specifications and condition, such as its diameter, grounding type, drainage features, fireproofing status, and GPS location. Additionally, it includes fields for contractor details and inspector information, alongside symbols to indicate various cable and duct types. The purpose of this inspection is to assess the infrastructure's integrity and safety, ensuring compliance with necessary standards. Key observations may be documented in a notes section, reflecting specific concerns or actions required. This project aligns with broader government initiatives aimed at maintaining and improving critical facilities and utilities under federal oversight. Overall, this inspection form serves as a vital tool for documentation and subsequent maintenance planning in federal facilities management.
    The Performance Work Statement (PWS) outlines requirements for the infrared inspection and cleaning of electrical manholes at Hanscom Air Force Base (HAFB), MA. The contractor is responsible for providing all necessary labor, materials, and equipment to clean manholes and conduct thermographic surveys to identify deficiencies, minimizing the risk of unscheduled power outages. This work must adhere to federal, state, local regulations, and applicable safety standards, including confined space protocols. Key tasks include the removal of debris and water from each manhole, conducting infrared inspections during peak electrical loads, and providing comprehensive reports detailing findings and maintenance recommendations. The contractor must ensure compliance with safety regulations, including managing hazardous materials, spill reporting, waste disposal, and maintaining a clean work environment. Additionally, the contractor's personnel must be qualified and adhere to both operational guidelines and reporting protocols concerning any incidents on-site. The proposal emphasizes quality assurance, including performance assessment criteria that require 100% compliance on key tasks, ensuring the contractor meets all project specifics. This RFP reflects the government’s commitment to maintaining the electrical infrastructure’s safety and reliability while adhering to strict operational standards.
    The document outlines a Request for Quote (RFQ) for the cleaning and surveying of infrared manholes at Hanscom Air Force Base, MA. The RFQ emphasizes that all submissions must comply with detailed guidelines as specified in the Federal Acquisition Regulation (FAR). This particular solicitation is aimed at small businesses, as indicated by the total small business set-aside clause. The contractor is required to deliver all necessary resources for thorough cleaning and thermal scanning of electrical manholes. The contract will have a base year from September 12, 2025, to September 11, 2026, with the option for four subsequent years. The evaluation of quotes is based on technical acceptability and price, with the award going to the lowest evaluated price of technically acceptable bids. Required documentation includes a technical proposal demonstrating understanding of the project and relevant certifications. It is noted that all offerors must be registered in the System for Award Management (SAM) to participate. This solicitation is integral for maintaining the operational safety and efficiency of electrical infrastructures at the Air Force facility.
    The document outlines a comprehensive list of manholes and their respective voltage specifications, categorized by multiple contractual years including a Base Year and four Option Years. It details specific manhole identifiers alongside their voltage ratings, primarily focusing on installations operating at 14.2 KV and 4.16 KV. This categorization appears to serve as part of an infrastructure project related to electrical systems, which may fall under federal or state RFPs and grants. The inclusion of several operational voltages suggests a diverse range of technical requirements needed for project execution. The organization of the document into years indicates a likely phased approach to contracting, where options for future work are pre-defined, facilitating a structured financial and operational planning process. The clarity and specificity of manhole numbers and voltage specifications imply an emphasis on compliance and safety standards essential for government contracts.
    The document outlines a Request for Proposal (RFP) for non-personal services involving the cleaning and inspection of electrical manholes at Hanscom Air Force Base (AFB). It details multiple Contract Line Item Numbers (CLINs) covering various tasks such as pump cleaning, infrared inspections, and report generation, which includes butterfly diagrams of the manholes. The service duration spans multiple years, from August 31, 2025, to August 30, 2030. Each CLIN specifies quantities and pricing structure, with the necessity for the contractor to provide all supervision, personnel, equipment, materials, and transportation necessary for the completion of these services. This RFP emphasizes the importance of regular maintenance and safety inspections of electrical infrastructure within a military context, ensuring compliance with operational standards and enhancing system reliability at Hanscom AFB.
    Lifecycle
    Title
    Type
    Infrared Manholes
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Robins Air Force Base Tank Inspection
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting bids for a contract to perform comprehensive tank inspections at Robins Air Force Base in Georgia. The contract involves non-personnel services, including the removal and disposal of remaining fuel, tank cleaning, and inspections of both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), as detailed in the Performance Work Statement. These inspections are critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations and environmental protection. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 12, 2025, at 2:00 PM CDT, to Jaylem Durousseau at jaylem.l.durousseau@usace.army.mil, with the contract expected to be awarded based on technical capability, experience, and price.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.