REPLACE FILTER MEDIA IN ARSENIC ABSORBENT VESSELS LUKE AFB, ARIZONA
ID: FA488725Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4887 56 CONS CCLUKE AFB, AZ, 85309-1217, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

UTILITIES- WATER (S114)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of filter media in arsenic absorbent vessels at Luke Air Force Base in Arizona. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, equipment, and materials to safely remove and install new granular ferric hydroxide media in two filter vessels as part of the potable water system. The project is critical for maintaining water quality and compliance with health standards essential for military operations. Interested contractors must submit their quotes by March 17, 2025, and are encouraged to attend a site visit scheduled for March 14, 2025, to better understand the project requirements. For further inquiries, contact Gregory McDonald at gregory.mcdonald.15@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines various categories of suspicious activities under the Air Force's Eagle Eyes Program, aiming to ensure the safety of Department of Defense (DoD) personnel and facilities. Key categories include Acquisition of Expertise, Breach or Attempted Intrusion, Eliciting Information, Expressed or Implied Threats, and Surveillance, among others. Each category identifies behaviors that could indicate potential threats, such as unauthorized access to areas, information probing about DoD operations, or storage of unusual precursor materials. It emphasizes the importance of reporting suspicious activities to local security forces and guides individuals on providing detailed descriptions using the acronym SALUTE. Additionally, the document describes the Giant Voice system, a military emergency notification approach used at Luke Air Force Base for alerting the community about various emergencies. The overall purpose is to promote vigilance and ensure prompt reporting to enhance security protocols surrounding DoD assets and personnel.
    The document FA488725Q0014 consists of a series of questions and answers regarding the requirements for a potable water system. It identifies the existing system as being manufactured by Siemens Water Technologies, although no specific model number is provided. Attached to the document is the "Media Changeout Procedures" which includes relevant technical specifications and manuals for the water system, particularly referencing the manufacturer's installation guide from the Statement of Work (SOW). Additionally, the document specifies preferred brands for Granular Ferric Hydroxide (GFH) filter media, indicating that Bayoxide E33 is preferred while GFH DRY media is noted as superior. This document plays a crucial role in clarifying specifications and expectations for prospective vendors involved in the federal RFP process, ensuring compliance and quality in the procurement of water treatment materials and services.
    The "Environmental Guide for Contractors" issued by the 56th Civil Engineer Squadron outlines the environmental management responsibilities for contractors working at Luke Air Force Base. It emphasizes adherence to federal, state, and local environmental regulations, including managing hazardous materials, controlling air emissions, and preventing stormwater pollution. The document is structured into several parts, detailing contractors' obligations, responsibilities, and specific requirements throughout all phases of construction and repairs. Key points include mandatory training, the need for environmental permits, and protocols for reporting spills and accidents. Contractors must implement measures for dust control, stormwater pollution prevention, and waste management. It also defines the process for handling hazardous and universal waste, with resources for compliance and training. By ensuring environmental protections, the guide promotes sustainability and adherence to applicable laws while emphasizing the role of environmental oversight to maintain safety and compliance at the installation.
    The document outlines procedures for the media change out in treatment systems, detailing preparation, extraction, filling, and recommissioning steps. Initially, operators are instructed to isolate valves, drain the system, and ensure safety protocols for confined spaces. Media extraction involves ventilating the vessel, vacuuming out old media, and inspecting for damage, with necessary repairs using specialized epoxy. For media filling, the procedures include replenishing gravel, chlorination steps for disinfection, and ensuring the correct water level during filling. It emphasizes using specific tools and methods to prevent damage to the vessel and proper containment of media. After loading, the system undergoes a backwashing process with detailed flowrate adjustments to ensure clarity and safe operation. Bac-T sampling follows, adhering to local and state guidelines, to ensure post-change out safety before returning the system to service. This document serves as an essential procedural guide for maintaining water treatment systems in compliance with health and safety standards, important for RFPs and grants related to public water infrastructure.
    The file addresses a site visit conducted on March 14, 2025, concerning the procurement of services for replacing filter media in arsenic absorbent vessels at Luke AFB, Arizona, as part of a government Request for Proposal (RFP). Key points discussed include the availability of a water source for flushing, access requirements such as using a scissor lift or ladder truck, and the suitability of pulling a vac truck close to the vessels. The document inquires about potential tank damage from previous maintenance, confirming no significant damage is anticipated but will be verified. It is also noted that the sunshade can be removed for the project. Contractors are required to include lead times for fill media in their quotes. This information is essential for potential contractors to understand project requirements and provide accurate bids, ensuring compliance with federal procurement standards.
    The Statement of Work (SOW) outlines the requirements for replacing filter media in two arsenic absorbent vessels at Luke Air Force Base (AFB), Arizona. The contractor, under the management of the 56th Civil Engineer Squadron, must provide all labor, equipment, and materials needed for the project. Key tasks include safely removing the existing filter media, installing new granular ferric hydroxide media as specified, and conducting startup and backwash procedures once the new media is in place. The contractor is responsible for adhering to operational protocols and ensuring no work deviates from this SOW without written permission from the Contracting Officer. Work must be completed within 30 days of contract initiation, with prescribed work hours. The contractor also assumes responsibility for site safety and must clear debris daily. Acceptance of work lies with the water plant manager. This initiative is integral to maintaining the potable water system at Luke AFB, ensuring compliance with health and safety standards essential for military operations.
    The document outlines a solicitation for a federal contract, specifically aimed at Women-Owned Small Businesses (WOSB), detailing requirements for replacing filter media in arsenic absorbent vessels at Luke Air Force Base, Arizona. It specifies the acquisition details such as requisition number, solicitation number, effective dates, and the method of solicitation, which includes Request for Quotes (RFQ) and Invitations for Bids (IFB). The main service requested involves a firm-fixed-price contract for one lot of filter media replacement within a specific delivery timeframe from April 1 to May 1, 2025. It emphasizes compliance with both federal clauses related to procurement and standards for small business participation, particularly for economically disadvantaged and veteran-owned entities. Furthermore, the contracting officers are designated with contact information for inquiries, highlighting the structure and procedures tied to Government acquisitions and contracting regulations. This solicitation underlines the federal government’s commitment to promoting small business involvement in federal contracts.
    The document outlines Wage Determination No. 2015-5469 issued by the U.S. Department of Labor, related to the Service Contract Act (SCA), specifying minimum wage rates and fringe benefits for federal contracts. It highlights that contracts initiated or renewed after January 30, 2022, are subject to minimum wage rates established by Executive Order 14026 (minimum $17.75 per hour) and for contracts awarded between January 1, 2015, and January 29, 2022, by Executive Order 13658 (minimum $13.30 per hour). The document lists wage rates for various occupations in Arizona's Maricopa and Pinal counties, offering detailed figures for administrative, automotive, food service, health, information, and maintenance occupations, among others. Notably, benefits included are health and welfare ($5.36/hour), vacation, paid holidays, and provisions for uniforms. Additionally, there are specific guidelines for additional classification and wage determination for unlisted job titles. The emphasis lies on ensuring workers are compensated appropriately while adhering to the stipulations of federal contracts, reflecting the government's commitment to fair labor standards in public service contracts.
    Lifecycle
    Similar Opportunities
    MEVE REPLACE GAC FILTER MEDIA
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of Granulated Activated Carbon (GAC) filter media at the Mesa Verde National Park Water Treatment Plant in Colorado. The project entails the removal of spent carbon, inspection and repair of tank interiors, and the installation of approximately 14,000 pounds of fresh GAC that meets federal and state drinking water standards. This procurement is crucial for maintaining water quality at national parks and is set aside for small businesses under NAICS code 221310. Interested contractors must submit their quotations by March 28, 2025, with work scheduled to occur between October 1, 2025, and December 15, 2025. For further inquiries, contact Luke Bowman at lukebowman@nps.gov or call 928-638-7363.
    Chem Water Controller Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Chem Water Controller Repairs at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves the removal and replacement of existing water treatment controls and bleeders at four facilities, with a focus on adhering to safety, environmental, and operational regulations as outlined in the Performance Work Statement. This project is crucial for maintaining the operational efficiency and safety of the base's water treatment infrastructure. Interested small businesses must submit their quotes by March 26, 2025, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    Arsenic Filtration Media
    Buyer not available
    The U.S. Department of State, through the American Consulate in Ciudad Juarez, Mexico, is seeking quotes for the supply and installation of arsenic filtration media in two composite vessels measuring 36”x72”. The procurement involves providing Bayoxide E33 Granular media for arsenic removal, disposing of existing media in accordance with local regulations, cleaning the vessels, and installing the new filtration media, which includes gravel for water contact use. This project is critical for ensuring safe drinking water and environmental compliance at the consulate. Vendors must submit their quotes by March 28, 2025, and are required to have a valid registration in SAM.GOV, with Mexican vendors quoting in pesos unless they have a U.S. Dollar bank account. For further inquiries, interested parties can contact Miguel Calvillo at CDJProcurement@state.gov.
    J046--NEPHROS FILTERS & QUARTERLY PM - INCLUDE REPLACEMENT SINK POP: 06/30/2025 - 06/29/2030 - (BASE PLUS FOUR OPTION YEARS)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Nephros S100 filters and quarterly preventive maintenance services, including the replacement of sink and shower faucets, for the VA San Diego Healthcare System. This procurement opportunity is set to span from June 30, 2025, to June 29, 2030, with the potential for four additional option years, emphasizing the importance of maintaining efficient healthcare service operations. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) vendors, and interested parties must submit their responses by March 28, 2025, at 10:00 AM Pacific Time. For further inquiries, vendors can contact Dr. Barry Bland, the Senior Contract Specialist, at barry.bland@va.gov or by phone at (858) 626-8744.
    ICBM Minuteman III Weapon System -- VAFB Filter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of ICBM Minuteman III Weapon System VAFB filters, as outlined in solicitation number FA8206-25-R-0103. This opportunity is specifically set aside for small businesses and requires the submission of sealed bids by February 21, 2025, with a focus on first article approvals, inspection, and quality assurance standards. The filters are critical for maintaining operational readiness and ensuring quality in military supplies, reflecting compliance with the Defense Priorities and Allocations System. Interested parties can reach out to Brad Wood at bradley.wood.11@us.af.mil or Ben J Davies at ben.davies@us.af.mil for further information.
    Oil Water Separator Testing and Pumping
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking a contractor for the "Oil Water Separator Testing and Pumping" project at Cannon Air Force Base in New Mexico. The contractor will be responsible for waste characterization sampling, analysis, and the complete management of the oil-water separator system, including the removal, cleaning, and disposal of waste in compliance with environmental regulations. This procurement is set aside for small businesses under NAICS code 562112, emphasizing the government's commitment to promoting small business participation in federal contracting. Interested vendors must attend a site visit on March 27, 2025, and submit their quotes by April 15, 2025, with inquiries directed to Corey Isaacs at corey.isaacs.1@us.af.mil or 575-784-4243.
    Removal and Replacement of Breathing Air Purification Systems
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from qualified small businesses for the removal and replacement of Breathing Air Purification Systems at the Fleet Readiness Center Southwest in San Diego, California. The procurement involves the removal of two outdated systems and the installation of two new systems, ensuring compliance with specific airflow and pressure requirements, as well as providing training for maintenance personnel. This project is critical for maintaining air quality standards and operational safety within the facility. Interested contractors must submit their quotations by March 21, 2025, and are encouraged to attend a site visit scheduled for March 17, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or call 619-556-9627.
    J046--Water Treatment Services Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for water treatment services at the Carl Vinson VA Medical Center in Dublin, Georgia. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing, particularly related to Legionella and heterotrophic plate counts. This contract is crucial for maintaining the operational integrity of the medical facility, with a total award amount of $41 million and a base year running from March 21, 2025, to March 20, 2026, along with four optional extension years. Interested vendors must submit their quotes to Contract Specialist Michael Barton via email by 11:00 AM EST on March 17, 2025, and are encouraged to clarify any questions by March 10, 2025.
    Water Testing & Analysis
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations from small businesses for water testing and analysis services at Holloman Air Force Base in New Mexico. The contractor will be required to provide comprehensive sampling analysis services for the base's drinking water, ensuring compliance with both New Mexico state regulations and Environmental Protection Agency (EPA) standards. This includes routine and non-routine testing for various contaminants, with strict adherence to temperature and timing protocols during sample transport to prevent violations. Interested vendors must submit their quotes by April 3, 2025, and can direct inquiries to primary contact Darius Evans at darius.evans.4@us.af.mil or secondary contact Callie M. Spencer at callie.spencer.1@us.af.mil.
    B3323 Fire Riser
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and replacement of a pre-action fire riser at Goodfellow Air Force Base in Texas. The project involves the removal of existing fire riser components and the installation of new equipment, including a 2-inch pre-action valve and associated piping, to ensure compliance with fire safety standards. This procurement is crucial for maintaining operational safety and compliance within military facilities, emphasizing the importance of reliable fire protection systems. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by the specified deadlines, with a project value under $25,000, and are encouraged to contact Ryan Ramjit at ryan.ramjit.2@us.af.mil or 325-654-3809 for further details.