B711 Repair Water Line
ID: FA303025Q0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for contractors involved in a project at Goodfellow Air Force Base, focusing on the restoration and repair of plumbing and associated structures in Room 7138. Key responsibilities include the provision of materials for repairing a 4” copper pipe and restoring concrete surfaces, wall finishes, and flooring in accordance with established safety and building codes. The contractor is also instructed to ensure minimal disruption and damage during the process, including the protection of existing furnishings. The execution process entails interior excavation, leak repairs, restoration of finishes, and quality control measures, demanding compliance with the project specifications. A final inspection will be coordinated, where the contractor must notify the contracting officer seven days in advance to ensure readiness for evaluation. Overall, this document serves as a formal guideline for contractors to deliver compliant and quality assured services during the repair project, ensuring the restoration fulfills both functional and aesthetic standards.
    This document outlines the General Decision Number TX20250282 for construction projects in Irion and Tom Green Counties, Texas, effective January 3, 2025. It establishes wage rates for various classifications of construction workers, adhering to the Davis-Bacon Act and specific Executive Orders related to minimum wage. The contracts signed on or after January 30, 2022, must comply with Executive Order 14026, setting a minimum wage of $17.75 per hour. Conversely, contracts awarded between January 1, 2015, and January 29, 2022, that aren't extended, must adhere to Executive Order 13658 with a minimum wage of $13.30. Detailed rates for various construction roles, including boilermakers, electricians, and laborers, are included alongside applicable fringe benefits. Additionally, the document delineates the appeals process for wage determination, emphasizing procedures for stakeholders who dispute initial decisions. This comprehensive overview serves as a guideline for contractors and stakeholders involved in federal construction contracts, ensuring compliance with applicable wage standards and labor protections.
    The document outlines the Nonappropriated Fund Instrumentality (NAFI) Standard Clauses applicable to contracts involving federal grants and Requests for Proposals (RFPs). It provides essential definitions including those for "Contract," "Contracting Officer," and "Contractor," as well as detailing the legal status of NAFIs as entities of the U.S. Government. Key provisions include procedures for claims and disputes, emphasizing that contracts are not governed by the Contract Disputes Act. The document also covers responsibilities related to insurance, procurement integrity, social responsibility, labor standards, and ensuring compliance with various U.S. labor statutes. Notably, it stipulates obligations regarding trafficking in persons, child labor, and the prohibition of certain hazardous substances. Other significant clauses address contract modifications, payment terms, and inspections, as well as measures for ensuring sustainability and ethical practices. Overall, this file serves to establish clear contractual obligations, ensure compliance with federal regulations, and outline the framework for contractual relationships between NAFIs and contractors, reflecting the government's commitment to transparency and ethical conduct in public procurement.
    The memorandum from the 17th Training Wing at Goodfellow Air Force Base outlines a request for unescorted base access passes for specific contractors attending a pre-proposal site visit. The document identifies the company type, contract numbers, and relevant locations—Buildings 723 and 3206. It lists the details of an individual, John Q. Public, who requires access, including his birth date, driver's license information, last four digits of his Social Security Number, and the scheduled dates and hours for his visits. The sender, Kendol S. Dunlap, a contract specialist, confirms that the guests will comply with vehicle regulations while on the base and emphasizes the need to return their access passes upon completion of the visits. This request is part of preparations for upcoming contracts relevant to federal RFPs and grants, reflecting the need for regulatory adherence and coordination among contractors and military facilities.
    This government document outlines a solicitation for the construction project titled "B711 Repair Water Main" at Goodfellow Air Force Base, Texas. The project, estimated between $25,000 and $100,000, seeks offers under a sealed bid solicitation format. Contractors are required to begin work within 10 calendar days and complete it within 90 calendar days after receiving the notice to proceed. Key provisions include adherence to federal guidelines, performance bonds, and alternative payment protections. The acquisition involves full and open competition but lacks incentives for small businesses as it is based on non-appropriated funds. Significant details include the requirement for bid guarantees, a scheduled site visit, and mandatory clauses for equal opportunity and compliance with safety regulations. The document emphasizes strict adherence to deadlines, the importance of written communication regarding amendments, and criteria for acceptance of offers, ensuring clarity throughout the bidding process. This solicitation exemplifies federal procurement practices, focusing on transparency and compliance in government contracting.
    Lifecycle
    Title
    Type
    B711 Repair Water Line
    Currently viewing
    Solicitation
    Similar Opportunities
    Purchase and install 3 water fountains
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase and installation of three water fountains at Offutt Air Force Base in Nebraska. The project requires contractors to provide a price quotation, a detailed technical capability plan, and complete necessary clauses and provisions, with a focus on compliance with federal regulations and small business participation. These water fountains are essential for providing hydration and convenience to personnel at the base, and the installation must adhere to specific electrical and plumbing requirements outlined in the Statement of Work. Interested vendors should submit their quotes by February 28, 2025, and can direct inquiries to Ryan DeVincent at ryan.devincent@us.af.mil or Brian Bilello at brian.bilello@us.af.mil.
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the LF Sump Pump Discharge Lines project at Malmstrom Air Force Base in Montana. This project involves the excavation, re-routing, and replacement of discharge lines for Sump Pumps 102 and 103, requiring contractors to provide all necessary labor, equipment, materials, and supervision. The initiative underscores the Air Force's commitment to engaging small businesses in critical infrastructure projects, with a projected contract value between $500,000 and $1,000,000 and an estimated performance period of 180 days. The Request for Proposal (RFP) will be issued on or after February 27, 2025, with submissions due around April 3, 2025. Interested parties can contact SrA Tamia Cash at tamia.cash@us.af.mil or 406-731-4352, or Cody Babinecz at cody.babinecz@us.af.mil or 406-731-4608 for further information.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base in Montana. This firm fixed-price contract aims to replace and repair storm drainage facilities, requiring contractors to supply all necessary personnel, equipment, and materials to fulfill the project specifications. The initiative is crucial for maintaining infrastructure integrity and environmental compliance, with an estimated contract value between $1 million and $5 million, set aside for total small businesses. The RFP is expected to be released on or after March 10, 2025, with a closing date around April 11, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    FY25 FSH B1472 Chiller Trane AFD Power Module Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of a Trane Adaptive Frequency Drive (AFD) Power Module at Joint Base San Antonio, Texas. The procurement involves sourcing, removing, and installing one Trane AFD Power Module (part number PWR015U) to restore functionality to the nonoperational chiller unit while adhering to original manufacturer's specifications and safety regulations. This project is critical for maintaining operational integrity and compliance with federal standards, with a completion timeline of 90 days and quotes due by February 25, 2025. Interested vendors must register in the System for Award Management (SAM) and can direct inquiries to Theresa Viveros at theresa.viveros@us.af.mil or N. Marie Phillips at norena.phillips@us.af.mil for further details.
    VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the project titled "VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE." This project entails the mobilization and demobilization of labor, equipment, and materials to replace approximately 11,164 linear feet of sanitary sewer lines, repair and replace manholes, and manage the abandonment of certain sewer segments in a former residential area. The work will utilize various methods, including open cut, pipe bursting, and horizontal directional drilling, highlighting the importance of effective sewer infrastructure maintenance. Interested small businesses are encouraged to reach out to the primary contact, Steven Stocking, at steven.stocking.2@us.af.mil or 586-239-4881, or the secondary contact, Anna Randall, at anna.randall.1@us.af.mil or 586-239-5526, for further details regarding this total small business set-aside opportunity.
    TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is soliciting proposals for the repair of ductwork at Tinker Air Force Base in Oklahoma under the project title "TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001." The project involves replacing corroded ductwork to enhance HVAC efficiency, requiring contractors to provide all necessary materials, labor, and equipment while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at military facilities. Interested contractors, particularly small businesses, must submit their proposals, including performance and payment bonds, by the specified deadline, and can direct inquiries to Stephen Palmer at stephen.palmer@us.af.mil or De'Vonn Lyons at devonn.lyons@us.af.mil for further information.
    Barksdale AFB Repair B6413
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the repair of B6413 at Barksdale Air Force Base in Louisiana. The project involves the repair or alteration of airfield structures, which is critical for maintaining operational readiness and safety at the base. Interested contractors should note that the procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and the PSC code Z2BZ. For further inquiries, potential bidders can contact Bijay Gurung at bijay.gurung@usace.army.mil or by phone at 817-886-1018, or reach out to Linda D Eadie at linda.d.eadie@usace.army.mil or 817-886-1085.
    B825 Chiller and Boiler Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B825 Chiller and Boiler Repair project at Shaw Air Force Base in South Carolina. The project involves the demolition of outdated chillers and a boiler, followed by the installation of new government-furnished equipment, with a total duration of approximately 126 calendar days. This initiative is critical for maintaining operational efficiency at the Base Defense Operations Center and requires compliance with various federal, state, and local construction standards, as well as environmental regulations. Interested contractors, particularly small businesses, should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details and to ensure adherence to the outlined requirements.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.
    LTUY242011 Repair West Base Backflow Preventer
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for the repair and replacement of a backflow preventer assembly at the Jefferson Barracks Air National Guard Station in Missouri, under project number LTUY242011. The contractor will be responsible for providing all necessary labor, materials, and supervision to ensure compliance with local plumbing codes and St. Louis County's annual testing requirements. This project is critical for maintaining water safety infrastructure, emphasizing the importance of regulatory compliance, safety, and quality workmanship. Interested contractors must submit their proposals by February 20, 2025, at 1:00 PM, and can direct inquiries to MSgt Joe Bernier at joseph.bernier.1@us.af.mil or by phone at 314-527-8033.