Santa Maria Air Tanker Base Water Manifold Replacement
ID: 127EAW24R0058Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 6Albuquerque, NM, 871023498, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

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

    The Santa Maria Air Tanker Base in Los Padres National Forest, California, requires critical upgrades to its aviation firefighting infrastructure, specifically the water manifold system. The project scope includes replacing underground pipes, installing new valves and fittings, and enhancing the fire retardant plumbing system to meet current standards. This work is technically demanding, requiring licensed and bonded contractors with specialized plumbing and construction expertise.

    The project has a stringent schedule, targeting a 7-day completion period, and involves collaboration with the FAA, owing to the sensitive nature of the air tanker base operations. Contractors must adhere to strict safety, security, and quality protocols, ensuring minimal disruption to the base's operations. The USDA Forest Service seeks a small business contractor for this total set-aside project, emphasizing the importance of on-time performance and competitive pricing.

    Interested parties must submit a technical offer and price quote, detailing their capabilities, equipment, and proposed project timeline. The evaluation criteria prioritize past performance and price competitiveness. All applicants must register on SAM.gov and ensure their submissions adhere to the strict guidelines outlined in the RFP.

    Key dates include a July 22nd deadline for clarifying questions and a sealed bid submission deadline of July 29th, with a revised offer due date of August 5th, 2024.

    For further clarification and questions, contact Robert Archer at Robert.Archer@usda.gov.

    Additionally, the opportunity includes two other files focusing on different aspects. One pertains to accessing the secure Air Attack Base jobsite at Santa Maria Airport, providing detailed directions and emphasizing the security requirements for vendors. The other aims to enhance the agency's cybersecurity posture by acquiring advanced threat detection and response solutions, requiring vendors to submit detailed technical documentation and performance testing results.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks contractors to replace an air tanker base's water manifold system in Los Padres National Forest. The objective is to enhance the water supply infrastructure used for aviation firefighting. Key requirements include replacing underground pipes, installing new valves and fittings, and constructing a concrete pad for stability. The project involves collaborating with the FAA and adhering to safety and security protocols. Contractors must acknowledge the amended solicitation, with a new proposal deadline of August 5th, 2024. The work involves significant coordination due to the operational constraints of the air tanker base.
    The state of California seeks contractors for various construction projects, emphasizing building, dredging, and highway work. The scope includes asbestos removal, carpentry, drywall installation, electrical communications systems work, and operating power equipment such as cranes and dredgers. There is a focus on prevailing wage rates, with different rates for different tasks and locations, ranging from $17.20 to $834.40 per hour. The work involves military bases, with additional pay premiums for certain tasks. Key dates include modification and publication deadlines, with the latest being 05/24/2024. Contractors interested in these projects must conform to the specified wage rates and work categories, ensuring compliance with federal requirements.
    The focus of this file is on procuring cutting-edge technology to enhance the agency's cybersecurity posture. The primary objective is to acquire advanced threat detection and response solutions, specifically software capable of identifying and mitigating zero-day attacks and sophisticated threats. The preferred solution would integrate seamlessly with existing security infrastructure. The desired specifications include high-performance threat analysis, real-time monitoring, and automated response capabilities. The agency seeks a scalable and modular solution, emphasizing the ability to customize and adapt to evolving threats. Vendors must provide detailed technical documentation and performance testing results. The scope of work involves delivering, installing, and configuring the threat detection software, followed by comprehensive training and ongoing support. Vendors will be responsible for ensuring the solution integrates smoothly with the agency's current security ecosystem. Contract details are not provided, but the procurement is likely to be a firm-fixed-price contract with a modest budget allocation for an initial pilot phase. Key dates include a forthcoming deadline for submitting statements of interest, with a targeted rollout date sometime in the following fiscal year. The agency emphasizes the importance of timely submissions and a swift procurement process. Evaluation of vendors will be based on their demonstrated expertise in cybersecurity, the effectiveness of their proposed solutions, and cost-effectiveness. A strong track record of successful deployments and references from reputable organizations will be crucial.
    The procurement objectives outlined in these directions are related to accessing the Air Attack Base jobsite located at the Santa Maria Airport. The focus is on facilitating the arrival of vendors or contractors at the secure location. The detailed directions and emphasis on security indicate that the base is procuring services that require authorized access. However, the specific goods or services being procured within this secure location are not explicitly mentioned in the provided file contents.
    The first section deals with concrete work, specifying materials, strengths, and quality standards. Contractors must follow American Concrete Institute (ACI) and ASTM guidelines. The focus is on slabs on grade, with strict instructions on materials, from cement type to maximum slump. The work involves careful preparation, placement, and finishing of concrete, with attention to reinforcement and embedded items. The second section involves selective demolition of waterlines, meters, and valving. It aims to remove existing plumbing and prepare for new installations while adhering to local regulations and limiting disruption to onsite government operations. The third section pertains to new plumbing appurtenances, including piping, fittings, valves, and backflow preventers, all to be installed according to manufacturer guidelines and local regulations. It emphasizes the use of high-quality, lead-free materials, with specific instructions for various components such as union valves and water meters. Both sections include detailed requirements and guidelines, indicating a meticulously planned procurement process, with a focus on quality and compliance. Key dates and evaluation criteria are missing, but it's clear the procurement seeks concrete and plumbing services for a government facility's upgrade, with a strong emphasis on materials and quality control. Firm prices for the projects are not evident in the files provided.
    The focus of this RFP is the replacement and upgrade of the fire retardant plumbing system at the Santa Maria Air Tanker Base in California. The main objective is to enhance the plumbing infrastructure, ensuring compliance with fire safety regulations and FAA directives. The scope entails replacing sections of reduced-diameter pipes, upgrading backflow valve assemblies, and ensuring the system adheres to current standards. Licensed and bonded contractors, experienced in plumbing and construction, are sought. They must provide evidence of certifications and permits, with all work escorted by base personnel due to the sensitive nature of the location. The project has a scheduled timeframe, with all work to be completed within normal working hours. Deliverables include written reports, manufacturer's instructions, and a safety plan, all submitted within specified timelines. Key personnel and their contact details must be provided by the contractor, who is also responsible for security and daily cleaning of the site. This RFP outlines specific requirements for the project, seeking a qualified contractor to ensure the efficient and safe replacement of the fire retardant plumbing system.
    The US Department of Agriculture seeks to replace and upgrade the backflow assembly and plumbing at the Los Padres National Forest Air Attack Base's Santa Maria facility. The focus is on enhancing the fire retardant mixing and distribution system. The scope entails upgrading to galvanized steel plumbing, replacing valves and fittings, and ensuring compliance with safety and quality standards. This includes a concrete pad and thrust blocks, along with vehicle and personnel access restrictions due to the sensitive nature of the site. Contractors must be licensed, bonded, and certified, providing a safety plan and adhering to strict security requirements. The work is scheduled Monday through Friday during standard hours, with deliverables requiring quick turnaround times. Key dates and evaluation criteria are not explicitly mentioned, but the urgency of the project implies prompt submission deadlines. The statement of work prioritizes the procurement of specialized plumbing services, ensuring the efficient operation of essential fire-fighting infrastructure.
    The USDA Forest Service seeks bids for the Santa Maria Air Tanker Base Water Manifold Replacement Project in Los Padres National Forest. This construction project aims to upgrade the base's water system, including replacing valves, fittings, and pipes. The work involves substantial plumbing upgrades, adhering to safety and quality standards. Bidders must submit a technical offer and price quote, detailing their capability, equipment, and expected project timeline. Past performance and price competitiveness are key evaluation criteria. With an estimated value between $25,000 and $100,000, the project has a stringent 7-day completion deadline. Offerors must register on SAM.gov and follow strict submission guidelines. Key dates include a July 22nd deadline for questions and a sealed bid submission deadline of July 29th.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Flightline Fire Extinguisher
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Flightline Fire Extinguisher Inspection and Maintenance Services for the California National Guard. The contract encompasses the inspection and maintenance of 87 Buckeye K-350 RG Portable Wheeled Fire Extinguishers across multiple airfields in California, including Mather Airfield, Stockton, Fresno, Camp Roberts, Camp San Luis Obispo, and Los Alamitos, ensuring compliance with NFPA-10 standards and federal regulations. This initiative is crucial for maintaining safety standards at military airfields, with a performance period extending from September 30, 2024, through September 2029. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563.
    146 CES Repair Command Section Offices B602
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting bids for the repair of the Command Section Offices in Building 602 at Channel Islands Air National Guard Station in California. The project involves comprehensive repairs due to water damage, including the removal and replacement of flooring, gypsum board, and ceiling tiles, as well as the installation of a new water heater, all to be completed within 30 days of the Notice to Proceed. This opportunity is set aside exclusively for small businesses, with a contract value estimated between $25,000 and $100,000, and requires compliance with federal regulations, including registration in the System for Award Management (SAM). Interested contractors must submit their quotes by September 17, 2024, at 2:00 PM PST, to the designated contacts, William Tucker and Ricardo Macias, via the provided email addresses.
    Fire Command Buildup (4305) for Shasta-Trinity National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Fire Command Buildup project (Solicitation No. 127EAY24Q0076) for the Shasta-Trinity National Forest, focusing on vehicle modifications to enhance firefighting capabilities. The procurement requires the installation of emergency lighting, sirens, and radio systems on a designated vehicle, with a project execution period of 220 days post-award. This initiative is crucial for improving operational effectiveness and safety during fire command operations. Interested small businesses must submit comprehensive technical and price proposals, with evaluations based on price, delivery schedule, and technical capability. For further inquiries, contact Joshua Williams at joshua.williams2@usda.gov.
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting services for the cleanup of oil/water holding tanks at the Fresno Air National Guard Base in California. The primary objective is to empty and visually inspect six holding tanks and one catch basin, ensuring compliance with environmental regulations and proper waste disposal practices. This procurement is critical for maintaining environmental safety and regulatory compliance at the facility, with a total contract value estimated at approximately $16.5 million. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    South Fork Bunk House Well
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the South Fork Bunkhouse Well project located in South Fork, Colorado. The project entails drilling a new potable water well, conducting water quality tests, and ensuring compliance with public water system regulations, with an estimated cost between $25,000 and $100,000. This initiative is crucial for maintaining a reliable water supply in the Rio Grande National Forest while adhering to state and federal regulations. Interested contractors must submit their proposals via email by September 20, 2024, and are encouraged to conduct a site visit prior to bidding; for further inquiries, they can contact Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Fire Command Vehicle Build (Four Vehicles) - Eldorado National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfit services for four fire command vehicles intended for the Eldorado National Forest. The procurement requires contractors to deliver a technical proposal detailing their past performance and capabilities, alongside a price proposal for the specified vehicles, which will be transported for upfitting within a 250-mile radius of Placerville, California. This initiative is crucial for enhancing the operational readiness and safety of command vehicles used in fire management, adhering to stringent specifications for emergency lighting, siren systems, and radio installations. Interested parties must submit their proposals via email by August 14, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.
    Canjilon Campground Vault Toilet Install
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the installation of new vault toilet facilities at the Canjilon Lakes Campground in Carson National Forest, New Mexico. The project involves the removal of nine existing vault toilets and their replacement with pre-manufactured units, ensuring compliance with federal accessibility and environmental standards. This initiative is crucial for enhancing visitor amenities and maintaining the campground's operational integrity. Proposals are due electronically by September 16, 2024, with an estimated project value between $500,000 and $1,000,000, and interested contractors should contact Troy A. McCullough at troy.mccullough@usda.gov for further information.
    Firefighter Turnout Equipment
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of firefighter turnout gear, including jackets, pants, and Nomex hoods, as part of a standardization initiative across its Pacific Southwest Region. This Request for Quotation (RFQ) numbered 127EAT24Q0039 aims to enhance firefighter safety and operational effectiveness by replacing outdated equipment with high-quality, compliant gear over a contract period from November 2024 to October 2029. Interested vendors must submit their technical and pricing proposals by September 16, 2024, and are encouraged to demonstrate their past performance and adherence to federal regulations. For further inquiries, potential bidders can contact Michael Johnson at michael.c.johnson@usda.gov.