Repair Well 3 and Well 5 with SCADA Automation
ID: FA480325B0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base in South Carolina. The project involves the installation of process equipment, control systems, and remote SCADA (Supervisory Control and Data Acquisition) access, adhering to various industry standards and guidelines. This initiative is crucial for enhancing the efficiency and reliability of water management systems at the base, with an estimated contract value between $500,000 and $1 million. Interested contractors must submit hard copy bids by August 8, 2025, and are required to attend a mandatory site visit on July 11, 2025. For further inquiries, potential bidders can contact Mr. Darrel Ford at darrel.ford.3@us.af.mil or SrA Felix Prose at felix.prose@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation regarding a contract modification with the United States government, specifically noting changes relevant to vendors. The primary purpose of this amendment is to extend the deadline for bid submissions from May 20, 2025, to June 6, 2025, and to reschedule the bid opening from May 22, 2025, to June 9, 2025. Additionally, it states that another amendment will be issued to address all submitted questions, which will be published on SAM.gov once answered. While these amendments update critical dates, the document clarifies that all other terms and conditions remain unchanged, emphasizing the importance of acknowledging receipt of the amendment to avoid rejection of offers. The amendment is a standard procedural update commonly encountered in government Request for Proposals (RFPs), ensuring all interested parties have consistent and up-to-date information.
    The document is an amendment to a government solicitation related to a contract order for a project involving the repair of Well 3 with a SCADA upgrade. The amendment extends the bid submission deadline from June 6, 2025, to June 24, 2025, and updates various attachments related to the project documentation. Key changes include replacing the Statement of Work with an updated version, revising site pictures, and adding a document containing answers to site visit questions. Additional documentation, including a CAD file, has been included to support the project requirements. Despite these modifications, all other terms and conditions of the initial solicitation remain unchanged, indicating a focus on thorough communication and clarity in the contracting process. The document emphasizes the government's commitment to ensuring all necessary information is readily available for potential contractors seeking to submit proposals under the specified timeframe.
    This document serves as an amendment to a solicitation for a contract, specifically identified as FA480325B0011, for which the response submission deadline has been extended. Key modifications include a new due date for offers, shifting from June 24, 2025, to July 8, 2025, allowing bidders additional preparation time. The opening for bids is now scheduled for July 11, 2025. Additionally, an attachment labeled "Well 4 Chemical Skid Photos and Information" has been included to provide further context related to the solicitation. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their submissions are considered valid, highlighting the regulatory framework governing such modifications. Overall, the amendment aims to facilitate better participation and informed submissions from bidders in the procurement process.
    This government document outlines an amendment to solicitation FA480325B0011 for a project concerning the Wells 3 and 5 Repair at Shaw Air Force Base. The amendment primarily modifies the bid submission timeline and requirements, including a mandatory second site visit and extended due date for bid submissions from June 24, 2025, to August 8, 2025. The bid opening has also been rescheduled to August 12, 2025. The project entails the installation of process equipment and SCADA systems, adhering to various industry standards, with an estimated contract value between $500,000 and $1,000,000. Only hard copy bid submissions will be accepted, with specific guidelines outlined for contractors to demonstrate their qualifications, financial stability, and past project performance. Furthermore, the document stipulates that attendance at the site visit is mandatory for potential bidders, along with a deadline for submitting questions prior to the bid submission date. Overall, this amendment serves to clarify requirements, facilitate contractor preparedness, and ensure compliance with federal bidding regulations while promoting a transparent solicitation process.
    The document serves as an amendment to a solicitation related to a project for the Department of the Air Force, detailing updates and modifications pertinent to the original contract. It includes an extended deadline for offers and stipulates that acknowledgment of this amendment must be made through specified methods to avoid rejection of submissions. Key updates in the amendment include the addition of several attachments: a new cybersecurity guidance memorandum, responses to questions from a site visit, and recent site photographs related to the project scope of work (SOW). The amendment also updates an earlier version of the SOW to reflect changes made after the last update. Overall, the document emphasizes the importance of adhering to the amended timelines and guidelines while providing clarity on new information relevant to the project, ensuring all other terms remain unchanged.
    The Engineering Requirements SOW outlines the scope of work for the Repair Well 3 project at Shaw Air Force Base, focusing on SCADA (Supervisory Control and Data Acquisition) design and installation. The project involves implementing new process equipment, control systems, and system integration, with remote SCADA access using Allen Bradley and newly managed switches. The SOW details various sections, including design requirements, automation needs, and equipment specifications for Well 3 and Well 5. Key tasks include submitting design documents in stages (35%, 65%, and 95% completion), installing chemical analyzers, flow meters, and chemical feed systems, and ensuring compliance with relevant standards. The project emphasizes integrating systems for automated water distribution and includes specific requirements for equipment like chlorine, fluoride, and phosphate analyzers. The overall timeline encompasses design and construction phases, with a detailed project schedule. This initiative aims to enhance the operational effectiveness of the water distribution system while complying with federal and military regulations, showcasing the commitment to maintaining high standards for water safety and infrastructure reliability at the base.
    The document outlines the Statement of Work (SOW) for the design and construction of a SCADA (Supervisory Control and Data Acquisition) system for water wells at Shaw Air Force Base. The project targets the installation of process equipment and control systems for Well 3 and Well 5, aiming for enhanced remote monitoring and automation of the water distribution system. Key requirements include designing and submitting multiple phases of documentation (35%, 65%, and 95% designs), with detailed specifications on equipment such as chlorine, phosphate, and fluoride analyzers, flow meters, variable frequency drives, and chemical feed pumps. The contractor is responsible for integrating new and existing systems, ensuring compliance with military and industry standards, and providing comprehensive as-built documentation post-installation. The schedule includes critical milestones such as design submissions, government review periods, and completion timelines for construction and system testing, emphasizing environmental considerations, safety protocols, and necessary permits. Overall, this project underscores the government's commitment to maintaining and enhancing water management infrastructure while adhering to strict design specifications and regulatory requirements, ensuring efficiency and safety in operation.
    The document outlines procedures for requesting access to Shaw Air Force Base (AFB) for contractors or employees requiring background checks. It specifies that requests must be submitted by a sponsor using their government email to designated contacts. The request includes essential details such as the individual’s full name, date of birth, Social Security number, organization, nature of work, access dates, and sponsor’s contact information. It emphasizes the importance of safeguarding sensitive information as per the Privacy Act of 1974 and highlights the sponsor's responsibility for the individual’s access pass. Failure to comply could lead to privilege revocation or legal repercussions. The memo aims to streamline access requests while ensuring security protocols are adhered to, thus ensuring safety at the airbase.
    The memorandum issued by the 20th Security Forces Squadron at Shaw Air Force Base outlines security protocols and access requirements for contractors. Key points include the necessity for contractors to acquire base passes and submit background checks for employees prior to base access. Contractors must provide specific employee information seven to ten days before starting work. Weapons are strictly prohibited, and photography requires permission to protect sensitive areas. Procedures for access to restricted zones are specified, including the use of escorts and delineation of free zones for project work. Reporting security threats is mandatory. The memorandum also details vehicle safety regulations, entry point protocols, and the process for addressing violations, including possible legal citations. Contractors are required to ensure all personnel understand and comply with these security measures before commencing work. This document emphasizes the importance of maintaining security at a military installation while facilitating contractor operations under federal guidelines.
    The document outlines the requirements and guidelines under the REAL ID Act as they pertain to access at Shaw Air Force Base (AFB). All states and territories have achieved compliance or hold extensions until May 7, 2025. It details forms of identification accepted for access, specifying that driver's licenses or ID cards not compliant with REAL ID, or featuring limitations for federal identification, are unacceptable by themselves. A list of alternative valid identification forms is provided, including federally-issued IDs such as U.S. passports, military IDs, and various immigration documents. Additionally, it includes state-issued identification that meets REAL ID standards, and other accepted forms such as tribal IDs and foreign passports. The document serves to ensure compliance with federal ID requirements, promoting security and standardization of identification processes at federal facilities.
    The document outlines a series of questions and answers related to the Request for Proposal (RFP) FA480325B0011 for the repair of Wells 3 and 5 with SCADA automation at Shaw Air Force Base. Key topics include service voltage for variable frequency drives (VFDs), connection to fiber networks, equipment replacement clarifications, and SCADA system specifications. The contractor is responsible for offering key components, including software licenses and monitors, and must ensure compatibility with existing systems. The government will provide specific configurations such as IP address assignments and static installations after project award. The contractor must navigate design approvals, ensure compliance with various building codes, and manage waste disposal independently. Essential requirements include the integration of the SCADA system without dependency on existing energy management systems while addressing security measures and operational standards. This document serves as a crucial reference for bidders, encapsulating technical demands, clarifying responsibilities, and detailing government expectations, ultimately guiding the proposal process for the repair and automation of critical water supply infrastructure.
    The document outlines a federal grant initiative aimed at supporting state and local governments in enhancing community resilience against climate change. The grant will allocate funds for projects that assess vulnerability, promote sustainable practices, and implement adaptive solutions. Key components include collaboration with local stakeholders, development of comprehensive plans, and integration of climate adaptation strategies into existing frameworks. The document emphasizes the importance of data-driven decision-making and public engagement in the planning process. Additionally, it highlights the necessity for innovative approaches to address climate impacts on infrastructure and natural resources. Through the funding opportunity, the government aims to foster a proactive response to climate change, ensuring localities are equipped to manage risks and adapt effectively.
    The Department of the Air Force issued Guidance Memorandum DAFGM2024-32-01, focusing on cybersecurity policies for Civil Engineer (CE) control systems. This memorandum emphasizes the critical role of operational technology in Air Force infrastructure operations and outlines mandatory compliance with cybersecurity measures to protect these systems from potential cyber threats. It details the structure of control systems, the unique cybersecurity risks they face, and the necessary roles and responsibilities for personnel involved in managing these systems. Key components include establishing a robust inventory of control systems, incorporating cybersecurity requirements in construction contracts, implementing continuous monitoring and reporting of vulnerabilities, and ensuring secure connectivity. The guidance also mandates tailored risk management frameworks and emphasizes a collaborative approach involving multiple stakeholders, including installation-level engineers, cybersecurity officers, and external vendors. Ultimately, the memorandum aims to enhance the resilience and security posture of Air Force control systems, ensuring they support mission-critical operations effectively while mitigating risks associated with cyberattacks.
    The Department of the Air Force is soliciting inquiries regarding the design and installation of automated water distribution systems at Shaw Air Force Base. This memorandum addresses several questions concerning existing water storage tanks, monitoring technologies, and required equipment upgrades. Key details include confirmation that no current taps exist for instrumentation on tanks, the acceptable use of differential pressure measurements, and the necessity for new supports when installing variable frequency drives (VFDs) and control panels. Remote control and monitoring functionalities will be implemented for multiple wells and the base tower. As-built drawings and documentation will be provided before the design phase, with specific requirements for monitoring and control systems detailed in the Statement of Work (SOW). The project mandates adherence to various regulations, with cybersecurity aspects categorized as medium risk. Overall, the solicitation outlines expectations for contractors in terms of project scope, equipment, and compliance with military installation standards, thereby facilitating the upgrade of the water distribution infrastructure at Shaw AFB while ensuring operational efficiency and safety.
    The document outlines various site modifications and upgrades related to the Base Coin Fiber network and associated well systems. It details the existing communication connections among wells and the base tower, which is managed by the 20th COMM squadron. The contractor is instructed to replace a multi-sensor level detection system at Well 3 with a single ultrasonic or radar sensor, requiring installation of new hardware and capabilities on the Human-Machine Interface (HMI). Additionally, various electrical cabinets, conduits, and old analyzers are slated for demolition or relocation. The document specifies structural requirements for new installations such as a wall-mounted table for water sampling, upgraded graphics for real-time displays of operational data, and the maintenance of existing electrical setups. Throughout, attention is given to managing the existing fiber network and ensuring compliance with operational needs. This collection of specifications and site pictures serves as part of a Request for Proposal (RFP) aimed at facilitating improvements in infrastructure for water management systems, showcasing the project's commitment to enhancing operational efficiency and technology integration.
    The document presents user interface designs for a Human-Machine Interface (HMI) system, detailing various screens intended for operational management. The designated screens include Home, Status, Settings, Calibrations, Alarms, Log, and User Messages, each serving distinct functional roles within the HMI framework. The Home Screen likely provides a unified access point, while the Status Screen reflects real-time operational metrics. The Settings Screen allows for user customization, whereas the Calibrations Screen is aimed at fine-tuning device parameters. The Alarms HMI presumably alerts users to critical situations, the Log Screen enables historical data tracking, and the User Messages HMI facilitates communication between the system and operators. This structured interface design is pertinent to government bids or grants related to HMI development and underscores the importance of usability and real-time information management in technology solutions.
    The document outlines the specifications and requirements for upgrading the telecommunications and control systems at various well sites, focusing on the existing COIN Fiber network. It illustrates the current conditions of each well site, including the necessary adjustments to level sensors and the installation of new automation and signaling devices. Key tasks include removing outdated sensors, installing modern level measurement technologies, and ensuring proper integration with the existing control systems managed by the 20th COMM squadron. The contractor is responsible for creating a user-friendly interface for system monitoring, along with various construction aspects such as the installation of a heat-traced system, electrical work involving voltage verification, and the demolition of obsolete equipment. Detailed visual references accompany the text to guide the contractor through the required tasks while ensuring compliance with safety standards and operational functionality. This document serves as a preliminary step in a federal RFP process, aimed at improving operational efficiency and communication across the well network.
    The "Well Automation" project, overseen by Project Engineer Christopher Smith within the 20 CES department, involves the procurement and installation of various systems and equipment aimed at automating well management operations. The proposal outlines a diverse range of line items including chemical analyzers, ultrasonic level sensors, flow meters, and PLC automation setup and testing. Key components also include the purchase and installation of software packages like Studio 5000 and Factory Talk, as well as the necessary infrastructure such as eye wash stations and chemical feed pumps. Each line item lists associated units and quantities, though further financial specifics on material and labor costs remain undeclared in the document. The project's overall budget will cover direct costs, labor, overhead, and profit margin calculations to establish a comprehensive contract price. This initiative reflects the federal government's emphasis on technological advancement and efficiency in utilities management. The document serves as a detailed framework for contractors responding to RFPs, ensuring clarity of project requirements, expected outcomes, and budgetary allocations necessary for successful project execution.
    The document pertains to Solicitation No. F38604-99-1480 and outlines the Schedule of Material Submittals required for a project managed by a project engineer and a contract administrator. Key components include the submission of various documents such as construction schedules, equipment submittals, and O&M manuals, which must be completed at different project stages (35%, 65%, 95% drawings, and as-built drawings). The document specifies required submission dates, tracking of receipt and approval statuses for each item, and provides a structure for compliance certification and remarks. This systematic approach is vital for ensuring that contractors fulfill obligations and adhere to standards throughout the construction process. The purpose of this document aligns with the broader context of federal grants and RFPs, providing a clear framework for project oversight and accountability, critical for effective government contracting and project management.
    The document outlines wage determination for building construction projects in Sumter County, South Carolina, in accordance with the Davis-Bacon Act. It specifies minimum wage rates for various classifications of labor, particularly for contracts entered after January 30, 2022, which fall under Executive Order 14026, mandating at least $17.75 per hour for covered workers in 2025. For contracts awarded between January 1, 2015, and January 29, 2022, workers must earn a minimum of $13.30 per hour under Executive Order 13658. The file lists prevailing wage rates for different trades, such as electricians, plumbers, and laborers, including additional pay for specific working conditions. It emphasizes the necessity for contractors to apply for rate adjustments for classifications not listed and details the appeals process for disputes regarding wage determinations. This document serves as a reference for compliance and worker protections in federal contracts, ensuring adherence to established wage standards in government-funded construction projects.
    The document outlines the Design and Construction Standards for Shaw Air Force Base in South Carolina, detailing requirements for all design and construction activities on the base and associated facilities. It emphasizes compliance with various federal, state, and local regulations, including environmental standards and antiterrorism requirements. The sections encompass essential construction guidelines such as civil engineering, architectural design, mechanical systems, and environmental protection. Specific standards include material specifications, building codes, safety protocols, and required permits for construction activities. Contractors must follow strict procedures for site preparation, quality control, and waste management, highlighting the necessity for documentation like the DD Form 1354 during the project's lifecycle. This comprehensive framework ensures that all projects adhere to safety, operational efficiency, and environmental sustainability, reinforcing the Air Force's commitment to regulatory compliance and responsible construction practice.
    The document details the procedures for processing Criminal Background History Checks at Shaw Air Force Base. It requires sponsors to provide personal information for individuals seeking access, ensuring this data is used strictly for background checks in compliance with the Privacy Act of 1974. The responsibilities of the sponsor include retrieving and deactivating access passes for individuals who no longer require them. This process emphasizes security at the base, highlighting consequences for any misuse of privileges. The communication must originate from the sponsor's government email, reinforcing the official nature of the request and data protection protocols. Overall, this document outlines essential security measures in relation to access management at a federal military installation.
    The document pertains to an amendment of a federal solicitation, specifically extending the deadline for bid submissions and modifying bid opening procedures. The submission due date is extended from May 20, 2025, to June 6, 2025, and the bid opening date is changed from May 22, 2025, to June 9, 2025. Furthermore, it states that additional clarification responses to submitted questions will be made available through another amendment published on SAM.gov. It reiterates that all other terms and conditions of the original solicitation remain unchanged. This amendment emphasizes the importance of acknowledging receipt of changes by contractors to ensure their offers are considered. The document serves to officially notify potential bidders of relevant modifications to solicitation timelines and procedures, thus facilitating a smooth procurement process.
    The document is an amendment to a solicitation related to a contract for a project identified as FA4803, specifically updating stakeholders about changes to bid submission timelines and additional information. The amendment extends the bid submission deadline from June 24, 2025, to July 8, 2025, along with rescheduling the bid opening from June 26, 2025, to July 11, 2025. It adds an attachment titled "Attachment 15 - Well 4 Chemical Skid Photos and Information," providing crucial visual and contextual data pertinent to the solicitation. All other terms and conditions of the initial solicitation remain unchanged. The amendment reflects standard procedures in government contracting to ensure that all bidders have adequate time for preparation while maintaining compliance with governing principles set forth in federal RFP processes. This adjustment exemplifies the government's responsive approach to stakeholder needs within the context of public procurement.
    The document outlines a solicitation for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base (AFB) in South Carolina, focusing on the installation of process equipment, control systems, and remote SCADA access. The project requires adherence to various guidelines and standards such as ANSI and NEC and aims to enhance existing well systems without utilizing the outdated Automated Logix WebCTRL system. Key project specifications include submitting sealed bids by August 8, 2025, with mandatory attendance at a pre-bid site visit on July 11, 2025. Offerors are required to complete the bid form and provide performance and payment bonds. The expected contract value ranges from $500,000 to $1 million, categorizing it under the NAICS code for construction services. The document emphasizes the importance of compliance with federal regulations and incorporates clauses addressing labor standards, contract payment procedures, and the Buy American Act for materials used. The proposal encourages participation from small businesses with a 100% set-aside provision, elucidating the intent to leverage federal grants effectively in support of local infrastructure development and modernization efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    CHS Water System Notice of Intent
    Dept Of Defense
    The Department of Defense intends to award a single-source contract for potable water, fire protection, and sanitary sewer utility services at Joint Base Charleston (JB CHS) in South Carolina. The contract, which will be awarded to Charleston Water System, is essential for ensuring uninterrupted utility services at the base, with a performance period from March 2, 2026, to March 1, 2036. This procurement is critical as it prevents any disruption in essential services that could arise from transitioning to a new service provider. Interested parties may express their interest and capabilities by contacting Mr. Daniel Teeter at daniel.teeter@us.af.mil or Ms. Taylor McDaniel at taylor.mcdaniel.1@us.af.mil, with responses due by 1:00 PM EST on January 5, 2026.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project involves replacing existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, and requires the contractor to provide all necessary labor, equipment, and materials. This procurement is critical for maintaining the operational integrity of electrical systems at the airfield, ensuring reliable power distribution for military operations. Interested contractors must submit their bids electronically by 9:00 AM EST on January 8, 2026, with a project budget estimated between $10 million and $25 million. For further inquiries, contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    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.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Cross Connection Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.