Water Well Treatment
ID: FA462625Q0056Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting contractors for a project focused on disinfecting the water system at Missile Alert Facility (MAF) M-01 located at Malmstrom Air Force Base in Montana. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform shock chlorination from the well through the chlorination system, ensuring compliance with safety and environmental regulations. This project is critical for maintaining safe drinking water and operational readiness at the facility, with a total small business set-aside to encourage participation from eligible contractors. Interested parties must submit their proposals by August 11, 2025, with the contract expected to be awarded shortly thereafter, and completion of the work projected by October 14, 2025. For further inquiries, potential bidders can contact Barek Webster at barek.webster@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the procedural requirements for reporting solid waste disposal and diversion at Malmstrom Air Force Base as part of their environmental protection efforts. It mandates contractors to provide detailed monthly reports by the 10th day following the end of each reporting period. The report must include quantities and costs associated with materials disposed of in municipal solid waste landfills, along with those diverted through recycling or reuse, covering a variety of materials such as metal, wood, paper, plastic, and paint. The document emphasizes the necessity for contractors to track the weight and financial implications of waste management practices. Furthermore, there are sections for tracking specific hazardous materials, underscoring compliance with safety protocols. Contact information for the Solid Waste Manager is provided for any inquiries. This document reflects a commitment to environmental sustainability within federal projects by advocating for responsible solid waste management and recycling practices.
    The document outlines a solicitation for a contract aimed at providing commercial products and services specifically focused on disinfecting the water system at Missile Alert Facility (MAF) M-01. Issued by Malmstrom Air Force Base, the contract includes all necessary labor, materials, and equipment, adhering to specified regulations and performance work statements. Key details include a fixed price for the service, with an offer due date of August 11, 2025, and a projection for complete product delivery by October 14, 2025. The solicitation emphasizes compliance with government regulations, including various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that address issues such as payment processes, responsibilities regarding contractor performance, and requirements for small business participation. The document's structure follows a standard solicitation template, detailing sections from general information about the procurement to specifications of the required services and supportive clauses. Overall, the solicitation aims to engage qualified contractors, particularly from women-owned small businesses and other designated groups, ensuring competitive procurement while fulfilling the operational needs of the U.S. Air Force.
    The document outlines the Statement of Work for the disinfection of the water system at Missile Alert Facility (MAF) M-01, Malmstrom Air Force Base, scheduled for June 25, 2025. It specifies that the contractor must supply all labor, materials, and equipment for disinfection, which includes shock chlorination from the well to the chlorination system. The contractor is responsible for the disposal of all materials, including chemicals and waste, in compliance with relevant regulations, and must provide a detailed report of the work, including water sampling and disposal documentation. Safety and compliance with OSHA regulations are stressed throughout the process. A thorough pre-performance meeting is required, and timelines include specific protocols for chlorination, disposal, and testing for bacteria. The contractor must ensure continued safe operations at the facility during the work, with provisions for government oversight and necessary permits. This document emphasizes the importance of health, safety, and environmental compliance within the context of federal operations, reflecting best practices for government RFPs and grants regarding infrastructure maintenance and public health safety.
    The document appears to relate to government requests for proposals (RFPs) and grants, detailing various specifications and requirements for potential bidders. It emphasizes compliance, federal standards, and the importance of accurate documentation in meeting project criteria. Key topics include the need for contractors to understand the scope of work, adhere to regulatory requirements, and provide detailed project plans that outline methodologies, timelines, and costs. The document underscores the necessity for safety and environmental considerations, detailing procedures for hazardous material management and potential health impacts. It highlights the commitment of agencies to uphold high standards in procurement processes to ensure successful project outcomes and compliance with applicable laws. Overall, the material serves as a comprehensive guide for interested parties seeking federal or state contracts, outlining expectations and essential information required to participate successfully in the competitive procurement landscape. It stresses adherence to regulations and the importance of detailed planning and execution in proposal submissions.
    The Montana Well Log Report details the activities of a licensed well driller for the MISSILE ALERT FACILITY MIKE-01, documenting its official construction and water extraction capabilities. The well, located at Malmstrom AFB in Fergus County, was completed on May 7, 2018, and serves purposes of domestic use and fire protection. It details the drilling methodology, borehole and casing specifications, and completion details, emphasizing adherence to state well construction standards. Key findings include the total depth of the well at 1,175 feet with various geological formations encountered, ranging from poorly graded gravel to clay shale. The report also presents well test data, indicating water yield rates of 8 gallons per minute and details recovery times post-testing. The report’s primary focus is to provide an official account of the well's construction and performance, ensuring legal compliance in monitoring ground water resources, while ownership of water rights remains the responsibility of the well owner. This documentation is essential for state and federal oversight pertaining to ground-water management and aligns with standards for water resource utilization.
    Lifecycle
    Title
    Type
    Water Well Treatment
    Currently viewing
    Solicitation
    Similar Opportunities
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    Heat Plant Boiler Tube Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Boiler 1 at the heat plant located on Malmstrom Air Force Base in Montana. This procurement is aimed at addressing urgent maintenance needs for critical heating equipment, which is essential for the operational functionality of the base. The repair work is classified under the maintenance, repair, and rebuilding of plumbing, heating, and waste disposal equipment, highlighting its importance in ensuring reliable heating services. Interested contractors can reach out to Alexander D. Luttrell at alexander.luttrell.1@us.af.mil or by phone at 406-731-4001 for further details regarding the Justification and Approval for Unusual and Compelling Urgency associated with this opportunity.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    Industry Day - Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is hosting an Industry Day for the Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects. This event aims to provide industry partners with essential information about the Sentinel Program, gather feedback, and promote communication between the government and industry stakeholders. The Industry Day is scheduled for January 13, 2026, from 9:00 AM to 12:00 PM PST at the Oxbow Building in Seattle, WA, with a maximum capacity of 60 attendees. Interested vendors must pre-register by December 17, 2025, or until capacity is reached, and are required to complete a vetting process via a secure DoD Safe Drop-Off link. For further inquiries, attendees can contact Kyla Couch at kyla.m.couch@usace.army.mil or Andrea Jackson at andrea.g.jackson@usace.army.mil.
    CHS Water System Notice of Intent
    Buyer not available
    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.
    Cross Connection Survey
    Buyer not available
    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.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.