Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
ID: FA461325R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

REPAIR OR ALTERATION OF FUEL SUPPLY FACILITIES (Z2NA)

Set Aside

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

    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.

    Files
    Title
    Posted
    The project outlined in this Statement of Work centers on replacing underground storage tank (UST) spill buckets at four Launch Facilities (LFs) under the jurisdiction of F.E. Warren Air Force Base in Wyoming. The work, designated as Project No: GHLN 25-0240, requires a comprehensive scope that includes providing all necessary labor, materials, and equipment in compliance with applicable standards. The performance period is set for 120 calendar days, with strict adherence to security and operational protocols required for personnel accessing the facilities. Key tasks involve the removal of existing spill buckets, installation of new double-wall spill buckets, and associated testing and concrete work. The document stresses the importance of safety, effective project coordination with the Air Force, and adherence to environmental regulations, including appropriate disposal of hazardous materials. It also delineates requirements for subcontractor documentation, access control, and quality assurance measures throughout the project's lifecycle. This initiative ensures the integrity of hazardous material containment at critical defense infrastructure and emphasizes operational security measures necessary for contractor oversight. Overall, the project reflects the government's commitment to maintaining safe and compliant operations in the management of UST systems.
    This document outlines a comprehensive schedule of material submittals required by the contractors for a federal project. It details specific items, their descriptions, required submission dates, and compliance certifications that must be completed before and during the project, specifically aligning with the Statement of Work (SOW) and contract references. Notable submissions include safety plans, various permits (local, state, and federal), materials safety documentation, as-built drawings, and warranties, each with strict deadlines—most within days or weeks of the Notice to Proceed (NTP). The process emphasizes ensuring compliance with safety and operational standards, reflecting the importance of meticulous planning in public works projects. Each item carries a dedicated follow-up and approval process to maintain quality control and adherence to federal regulations. The document serves as a critical guide for contractors, facilitating a structured approach to project execution while adhering to government guidelines.
    The memorandum from the Department of the Air Force regarding Project Number GHLN 25-0240 outlines the handling and safeguarding of Controlled Unclassified Information (CUI) related to UST spill buckets at four specific launch facilities. It emphasizes the responsibility of personnel or companies receiving CUI to adhere to strict information protection protocols, including maintaining confidentiality and the proper destruction of documents using specified methods. The communication further mandates that only vendors compliant with certain Department of Defense (DoD) regulations can access these materials, requiring verified completion of CUI safeguarding assessments. The document concludes with a directive for contractors to request CUI-related documents through specified personnel and channels. Overall, the purpose encapsulates the critical need for safeguarding sensitive information in federal contracting environments, reinforcing compliance with established guidelines. This memorandum serves as an important procedural notice for contractors involved in defense-related projects, ensuring data integrity and security compliance.
    The document outlines the process for gaining access to the System for Award Management (SPRS) specifically for entering NIST SP 800-171 assessment scores. To gain access, users must have the "SPRS Cyber Vendor User" role in the Procurement Integrated Enterprise Environment (PIEE). The instructions detail the registration steps, including how to log in to PIEE, add roles, and submit a request for the required SPRS access. Users must provide their Commercial and Government Entity (CAGE) code and follow specific prompts to complete their role assignment and account management. The document emphasizes the requirement for approval by the Contractor Account Administrator (CAM) and provides contact details for support in case of issues with CAGE codes or CAM status. The guidance is crucial for compliance with federal contracting regulations, underlining the importance of cybersecurity assessment in government contracts. Overall, this document serves as a comprehensive guide for vendors seeking to comply with NIST SP 800-171 standards in the context of Federal RFPs and associated compliance measures.
    The NIST SP 800-171 DoD Assessment Methodology provides a structured approach to evaluate contractors' adherence to NIST SP 800-171 standards, crucial for safeguarding Controlled Unclassified Information (CUI) under various Department of Defense (DoD) contracts. The document outlines the importance of adequate security as mandated by DFARS clause 252.204-7012, emphasizing contractor accountability for CUI protection and incident reporting. This methodology is fundamental for implementing a strategic assessment of contractors’ cybersecurity measures across their contracts rather than on a case-by-case basis. Three assessment levels—Basic (self-assessment), Medium (DoD personnel assessment), and High (in-depth on-site or virtual assessment)—are delineated, each with its scoring criteria that reflect a contractor's compliance level. The scores are based on the implementation of specific security requirements, weighted by their significance to overall security. The results are documented in the Supplier Performance Risk System (SPRS) to guide DoD components in their oversight responsibilities and risk assessments. The methodology not only serves compliance purposes but also facilitates a consistent evaluation process across all contractors working with the DoD, directly informing procurement and grant processes as they pertain to cybersecurity compliance. This strategic approach ensures robust protection of U.S. military information and demonstrates the government's commitment to strengthening cybersecurity within its supply chain.
    The NIST SP 800-171 Quick Entry Guide provides crucial information regarding the assessment of Controlled Unclassified Information (CUI) in non-federal systems, particularly for organizations handling federal contracts. It outlines the process for accessing the NIST SP 800-171 Assessment Database through the Procurement Integrated Enterprise Environment (PIEE), emphasizing the need for a "SPRS Cyber Vendor User" role to enter assessment data. The guide details how to create and manage headers for Highest Level Owners (HLO) using unique codes, as well as the process to enter, edit, and save assessment details. Additionally, it notes that CAGE hierarchies must be current, being updated from the System for Award Management (SAM). This document serves as a practical manual for companies participating in government contracts, ensuring compliance with cybersecurity standards essential for protecting sensitive information within federal engagements. The guidance provided is crucial for maintaining operational integrity and safeguarding national security interests.
    The provided documents detail the wage determinations for heavy construction projects in Colorado, across various counties. These determinations are subject to the Davis-Bacon Act, which mandates contractors to pay specific minimum wage rates associated with federal contracts. For contracts initiated after January 30, 2022, or renewed afterwards, workers must earn at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay workers at least $13.30 hourly, unless otherwise specified. The documents list prevailing wage rates for different classifications of labor, including electricians, plumbers, and heavy equipment operators, alongside corresponding fringe benefits. Additionally, the documents outline the appeals process for disputing wage determinations and emphasize compliance with the Executive Orders concerning paid sick leave for federal contractors. This framework establishes guidelines and protections for workers' rights within federal projects, reinforcing the government's aim for fairness and adherence to labor standards. The comprehensive wage rates and classifications are essential for contractors when bidding on projects and maintaining compliance with federal labor regulations, highlighting the importance of the wage determination in the context of federal grants and local Request for Proposals (RFPs).
    The document outlines the Bid Bond form (Standard Form 24) required in federal contracts for construction, supplies, or services. It serves as a guaranty for the United States government (the Principal), ensuring that the contractor will adhere to bid terms upon acceptance. The document specifies the details necessary for completing the bond, including the legal name and address of the Principal, type of ownership, and Surety information (names, addresses, and liability limits). The bond is void if the contractor completes the necessary contractual documents and provides required bonds within specified periods, or pays for any additional costs incurred in procuring the work. Furthermore, sureties’ obligations remain valid even if acceptance timelines are extended, with certain conditions on notification waivers for extensions. The form is designed for use when a bid guaranty is mandated and requires strict adherence to set instructions. Completing this form is crucial for compliance in federal contracting processes, aligning with various regulations governing government procurement practices. The instructions emphasize correct signing authority, corporate seal requirements, and assurance that corporate sureties are listed on a Treasury-approved list. Overall, the document emphasizes the importance of financial responsibility and legal commitments in government contracts.
    The Construction Cost Estimate file serves as a guideline for contractors preparing proposals for projects, particularly at FE Warren AFB, WY. It utilizes the Construction Specifications Institute (CSI) format, encouraging contractors to complete the cost estimation template while including any additional items not prefilled. Contractors must fill in specific sections marked "Fill Here" and follow instructions regarding overhead and profit calculations depending on their role (prime or subcontractor). The document is divided into multiple divisions, such as General Requirements, Concrete Work, and Thermal and Moisture Protection, requiring detailed input for each section based on the project's scope. The overarching purpose is to standardize cost estimates in line with federal and state guidelines, ensuring accuracy and compliance for government RFPs and grants. Additionally, the file highlights the importance of clarity and detail in construction proposals, contributing to cost management and project transparency.
    The Department of the Air Force's 90th Contracting Squadron is seeking proposals for Project Number GHLN 25-0240, centered on the installation of UST spill buckets at four launch facilities. The project, with an estimated value between $100,000 and $250,000, requires compliance with existing standards, the submission of a bid guarantee, and adherence to the Davis Bacon Act for wage determinations. Proposals must demonstrate both price competitiveness and technical acceptability, with a deadline set for April 14, 2025. A site visit request must be made by March 6, 2025, and questions about the proposal are due one day after the site visit. Evaluation criteria consist of price and technical factors, with deadlines for bid guarantees and bonding requirements outlined. Contractors must ensure compliance with NIST SP 800-171 security assessments and submit a detailed work plan that meets project timelines of 120 calendar days. This Request for Proposal underscores the government's commitment to compliance, safety, and contractor accountability in completing critical infrastructure projects.
    The document is a solicitation for bids related to the construction project titled "Replace Spill Buckets at 4 Launch Facilities," issued by the U.S. government. It outlines the requirements for contractors to provide parts, materials, labor, and transportation necessary for replacing underground storage spill buckets at four specified launch facilities in Colorado. The solicitation details include the issuance date (February 28, 2025), submission deadline (April 14, 2025), and stipulations for performance schedules, including a mandatory completion period of 120 calendar days from the notice to proceed. Contractors are required to furnish performance and payment bonds and comply with additional solicitation requirements, such as submitting sealed offers and guarantees. The contract structure follows a firm fixed-price arrangement, and includes various clauses related to inspections, payment methods, and compliance with the Buy American Act regarding domestic materials. Overall, this RFP represents a critical step in ensuring compliance with federal standards while facilitating essential upgrades to launch facilities, emphasizing the government's commitment to ensuring safety and operational efficiency in military initiatives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and replacement of sump pump discharge lines at Malmstrom Air Force Base in Montana. The project, identified by solicitation number FA4626-25-R-0002, involves excavation, re-routing, and replacement of discharge lines for sumps SP102 and SP103, with a performance timeline of 180 calendar days following the notice to proceed. This initiative is crucial for maintaining military infrastructure and ensuring operational efficiency, with an estimated project cost ranging from $500,000 to $1,000,000. Interested contractors, particularly small businesses, must submit their proposals, including past performance references, by April 3, 2025, at 2:00 p.m. MDT, and can contact SrA Tamia Cash at tamia.cash@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Unfired Pressure Vessel (UPV) Inspections with Amendment 0001
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Unfired Pressure Vessel (UPV) inspections at F.E. Warren Air Force Base in Wyoming. The contract, designated as FA461325Q0007, requires the inspection of 27 pressure vessels, including both internal and external assessments, ensuring compliance with federal and state regulations. This procurement is crucial for maintaining safety and operational integrity of the vessels, which are painted rather than insulated, and the total award amount is set at $11,500,000. Interested small businesses, particularly those that are women-owned or economically disadvantaged, must submit their proposals by the extended deadline, and can reach out to Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil for further information.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project aims to establish a 30,300 square-foot facility dedicated to vehicle maintenance and aircraft support, with a budget estimated between $10 million and $25 million. The procurement is set aside exclusively for small businesses, emphasizing the importance of compliance with federal regulations, including adherence to Davis Bacon Prevailing Wages and environmental standards. Interested contractors must submit their proposals by March 5, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.
    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.
    AFNWC Design and Construction - Sentinel Launch Facilities, F.E. Warren AFB, Malmstrom AFB and Minot AFB
    Buyer not available
    The Department of Defense, through the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors for the design and construction of Sentinel Launch Facilities at F.E. Warren AFB, Malmstrom AFB, and Minot AFB. This procurement aims to gather industry insights and capabilities related to the construction of specialized facilities, particularly those involving nuclear safety structures and compliance with stringent safety standards, including High-Altitude Electromagnetic Pulse (HEMP) requirements. The opportunity emphasizes the importance of innovative solutions and effective project management in the construction of critical defense infrastructure. Interested parties should submit their capability statements, detailing relevant experience and qualifications, to the primary contact, Jeremy Grimley, at jeremy.grimley.1@us.af.mil, or the secondary contact, Peggy Japngie Lizotte, at peggy.japngielizotte.1@us.af.mil, as part of the sources sought notice.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing personnel, tools, and supplies to perform routine inspections, emergency repairs, and maintenance services, ensuring the systems' proper functionality, with a response time for emergency repairs set at 72 hours. This procurement is crucial for maintaining operational efficiency and security within military operations, as the systems are integral to the storage and management of sensitive materials. Interested vendors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil for further details, with the contract expected to commence on February 5, 2025, and run through September 30, 2030, including options for extension.
    FY25 Paint and Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of rubber deposits and repainting of airfield markings, with specific tasks outlined in a detailed bid schedule that includes various options for additional work across multiple airfield locations. The project is critical for maintaining airfield safety and operational effectiveness, ensuring compliance with federal standards and regulations. Interested contractors must submit their sealed bids by March 24, 2025, and are encouraged to participate in a site visit scheduled for March 6, 2025. For further inquiries, potential bidders can contact SRA Junious Buchanan at junious.buchanan@us.af.mil or Jada Davis at jada.davis.3@us.af.mil.
    API Fuel Tank Inspection - Wright Patterson, AFB
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the API Fuel Tank Inspection project at Wright Patterson Air Force Base in Ohio. The procurement involves comprehensive inspection services for fuel tanks, including the removal and disposal of remaining fuel, cleaning, and conducting internal inspections in accordance with API 653 and NFPA standards. This initiative is critical for ensuring the structural integrity and compliance of fuel storage facilities, thereby safeguarding environmental and operational safety. Interested contractors must submit their proposals by November 5, 2024, at 2:00 PM CDT, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of rubber buildup from approximately 290,000 square feet of pavement and the repainting of critical markings, with operations scheduled to occur in two phases throughout 2025. This initiative is vital for maintaining airfield safety and operational efficiency, requiring contractors to have specialized equipment and prior airfield experience due to the active nature of the site. Proposals are due by March 7, 2025, with a budget range of $250,000 to $500,000, and interested contractors can contact Russell Burton at russell.burton.7@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further details.