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's 90th Contracting Squadron, is seeking proposals for a construction project to replace underground storage tank (UST) spill buckets at four launch facilities located at FE Warren Air Force Base in Wyoming. The project requires contractors to provide all necessary labor, materials, and equipment, adhering to strict safety and environmental regulations, with a performance period of 120 calendar days. This initiative is crucial for maintaining the integrity of hazardous material containment at military facilities, ensuring compliance with federal standards and operational readiness. Proposals are due by April 14, 2025, with a budget between $100,000 and $250,000, and interested parties can contact Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil for further information.

    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 memorandum from the 90th Missile Wing of the Department of the Air Force addresses pre-proposal inquiries for the Request for Proposal (RFP) FA461325R0002 regarding the replacement of spill buckets at four locations. The central focus is the acceptability of specific spill bucket models for the project. The inquiry posed was regarding the Franklin fueling defender spill bucket model 705555212CI-GKT, which was deemed unacceptable. However, the comparable model 705555211CI-GKT was confirmed as acceptable for the project's requirements. This decision reflects the committee's quality and compliance standards aimed at ensuring necessary specifications are met for environmental safety and operational efficiency. Overall, the memo serves to clarify product expectations for prospective bidders involved in the RFP process.
    The Department of the Air Force's 90th Missile Wing has issued a memorandum concerning Controlled Unclassified Information (CUI) related to Project Number GHLN 25-0240, which involves UST spill buckets at four launch facilities (M-02, O-04, O-09, and O-10). The memorandum outlines the responsibilities and procedures for safeguarding CUI, emphasizing that such information must not be reproduced or released for public use and must be properly destroyed according to established standards. Contractors are required to provide their Commercial and Government Entity (CAGE) Code to acknowledge receipt and understanding of these safeguarding policies. They must also complete compliance assessments in the Supplier Performance Risk System before obtaining CUI documents. The CUI materials will be made available through secure channels to verified contractors, ensuring the protection of sensitive information as outlined in various regulations and directives. This memorandum serves to maintain security protocols while facilitating contractors' access to essential project information.
    This document outlines a federal solicitation (FA461325R00020001) for a construction project aimed at replacing underground storage tank (UST) spill buckets at four launch facilities located in Logan and Weld Counties, Colorado. The government requires the contractor to furnish necessary materials, equipment, labor, and transportation as per the Statement of Work dated February 25, 2025. Important details include the performance period of 120 calendar days from the Notice to Proceed, the solicitation number, and the requirement for offers to include performance and payment bonds. Sealed bids are due by April 14, 2025, and the contractor is responsible for various compliance obligations, including environmental and labor regulations. The contract specifies a firm fixed price arrangement, inspection and acceptance criteria, and adherence to the Buy American Act for construction materials. The primary purpose of this solicitation is to facilitate the replacement of essential safety infrastructure at military launch facilities while ensuring compliance with federal regulations and standards, thus promoting environmental safety and operational readiness. This RFP exemplifies the structured procedures involved in federal contracting, emphasizing fair competition and accountability in public procurement.
    This document is an amendment to a solicitation for a construction project, extending the deadline and modifying contract clauses in compliance with federal regulations. The primary purpose of this amendment is to restore merit-based opportunities and revoke previous sustainability directives in federal contracts, in line with recent deviations. Important changes include the removal of specific equal opportunity clauses and substitutions for others related to annual certifications and apprenticeships. Additionally, it outlines requirements for offerors, including the necessity for compliance with newly updated clauses and the provision of bid guarantees. The solicitation, set aside for small businesses, details the evaluation criteria which include technical acceptability and price, mandating a Lowest Price Technically Acceptable (LPTA) method. Offerors must demonstrate their understanding of the requirements through a detailed work plan and provide an action plan if their NIST SP 800-171 score is below the required threshold. This amendment encapsulates essential terms for contractors, regulatory compliance obligations, and submission guidelines, while affirming the government's commitment to promoting small business participation in federal contracting.
    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 U.S. Air Force's 90th Contracting Squadron is seeking proposals for a project titled "UST Spill Buckets" at four specified launch facilities. The project involves supplying and performing all necessary work in line with government standards, with a budget between $100,000 and $250,000. Contractors are required to comply with the Davis Bacon Act for wage determinations and must complete the project within 120 calendar days to avoid liquidated damages of $914.49 per day for delays. Bid guarantees of 20% of the bid price are needed, along with an NIST SP 800-171 assessment for cybersecurity preparedness. A site visit will be organized, and proposals are due by 14 April 2025, requiring a detailed cost estimate separated by site. The selection criteria emphasize equal weight on price and technical acceptability, with ratings of acceptability based on work plans, bonding capacity, and cybersecurity scores. Questions about the RFP should be directed to the designated Contract Specialists. This solicitation reflects the Air Force's ongoing modernization efforts while ensuring contractor compliance with federal regulations and security protocols.
    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
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) to lease 146 air cylinders for use at 15 Missile Alert Facilities and the Missile Facility Maintenance Shop at F.E. Warren Air Force Base in Wyoming. The procurement aims to identify potential sources capable of providing the specified air cylinders, which include models designed for breathing air and other applications, with a focus on compliance with safety and environmental regulations. Interested parties are encouraged to submit capability statements detailing their qualifications and relevant business information to the primary contacts, Michelle Crenshaw and SSgt Rebecca Behne, by the specified deadline. This opportunity is part of the government's ongoing efforts to ensure operational safety and regulatory compliance in support of military operations.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.