Chem Water Controller Repairs
ID: FA487725QA198Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)

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 seeking qualified contractors to perform repairs on chemical water controllers at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the removal and replacement of existing water treatment controls and bleeders across four designated facilities, with strict adherence to safety, environmental, and operational regulations outlined in the Performance Work Statement. This procurement is crucial for maintaining the operational efficiency and safety of the base's water treatment infrastructure. Interested small businesses must submit their quotes by April 2, 2025, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirez_millan@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the Chem Water System Repairs at Davis-Monthan Air Force Base, Arizona. It requires the contractor to replace water treatment systems at four specified buildings while adhering to safety, environmental, and operational regulations. Key tasks include the removal and replacement of existing equipment, ensuring compliance with federal, state, and local environmental protections, and proper disposal of debris. Additionally, the contractor must coordinate work schedules with the government point of contact and ensure compliance with operating hours and safety practices. Specific requirements address contractor employee eligibility, traffic laws, hazardous materials management, and the need for identification badges for access to the base. The contract emphasizes strict safety adherence, environmental compliance, and responsibilities related to hazardous waste management. The overall purpose is to ensure a safe, efficient, and environmentally responsible repair process at the Air Force facility.
    The Statement of Work outlines the requirements for repairing the Chem Water System at Davis-Monthan AFB, AZ. The contractor is tasked with replacing water treatment controls and bleeders at four specified buildings, ensuring all debris is properly disposed of. Key services involve close coordination with the Government Point of Contact (POC) for scheduling, obtaining necessary permits, and maintaining safety and environmental standards throughout the process. Additionally, the contractor must adhere to strict personnel and operational guidelines, including security clearances, traffic compliance, and the prohibition of hazardous materials without approval. The contractor is responsible for maintaining a clean work area and must provide documentation of procedures, manuals, and warranties post-completion. The project emphasizes regulatory compliance, including environmental management and safety protocols, while outlining the contractor's obligations regarding employee conduct and site safety. Ultimately, the work aims to ensure operational efficiency and safety within the installation's water treatment infrastructure.
    The Statement of Work (SOW) outlines the responsibilities of a contractor tasked with repairing the water treatment systems at Davis-Monthan Air Force Base (AFB) in Arizona. The contractor must provide all necessary resources to replace existing systems in four designated buildings while ensuring compliance with safety, environmental, and operational regulations. Key requirements include coordination with government points of contact (POCs) for work schedules, adherence to employee restrictions regarding security clearances and potential conflicts of interest, and provision of necessary documentation upon project completion. The contractor must ensure safety measures, including environmental protection compliance and effective waste management, during the operations. It also stipulates that contractor employees must wear proper safety equipment and adhere to specific security protocols while on base, including vehicle regulations and prohibited substances. Emergency services, utility provisions, and traffic laws are also addressed to ensure a safe and compliant working environment. This document is significant within the context of federal RFPs, establishing clear expectations for contractors working on military installations, emphasizing the importance of safety, regulatory compliance, and efficiency in government contracts.
    The document FA487725QA198 outlines a series of clauses and provisions that govern federal contracts, primarily targeted at ensuring compliance with various regulations and standards. It incorporates specific requirements related to the management of defense information, contractor accountability, compensation protocols for former Department of Defense (DoD) officials, and safeguarding against risk factors including child labor and foreign influences. Key topics include the prohibition of telecommunications services from covered entities, electronic submission of payment requests, and mandatory worker safety considerations. The detailed references ensure that contractors understand their obligations regarding environmental considerations, reporting requirements, and compliance with federal statutes. This structure is designed to enforce transparency, promote ethical business practices, and protect national security interests, reflecting the government's focus on accountability and regulatory adherence in federal contracting processes.
    This document is the Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines the minimum wage rates that contractors must pay employees engaged in service contracts based on the applicable federal Executive Orders. For contracts awarded on or after January 30, 2022, workers must earn at least $17.75 per hour, while those under contracts awarded between January 1, 2015, and January 29, 2022, must earn at least $13.30 per hour, unless a higher wage is specified. The document details occupational classifications in Arizona's Pima County, listing various job titles with corresponding wage rates. Additionally, it emphasizes the required fringe benefits, including health and welfare, vacation days, paid holidays, and sick leave under Executive Order 13706. The document includes provisions for wage differentials for hazardous roles and includes a comprehensive conformance process for classifying new employees not explicitly mentioned in the wage determination. This guidance ensures compliance with labor standards and helps protect workers in federally funded contracts, highlighting the government's emphasis on fair wages and labor rights.
    The Contractor Environmental Guide for Davis-Monthan Air Force Base outlines mandatory environmental compliance protocols for civilian contractors, emphasizing adherence to federal, state, and local regulations. The guide details contractor obligations regarding hazardous material usage, waste management, and the protection of natural resources throughout various project phases, including pre-construction, during work, and post-project closing. Contractors must complete environmental management training and submit significant environmental aspect forms before commencing work. Key responsibilities include reporting hazardous materials, managing construction and demolition debris, and ensuring spill response procedures are followed. The guide is structured into parts detailing obligations, responsibilities, and common requirements, with appendices offering specific forms and procedural information. Overall, the document serves as a critical tool for maintaining environmental standards while conducting operations at the installation, reflecting a commitment to sustainability and regulatory compliance.
    The document addresses inquiries related to the repair of chemical water controllers as specified in RFP FA487725QA198. It clarifies that contractors are responsible for the installation methods and verifying site conditions using the attached as-built plans, although these may not always reflect the current status accurately. Questions regarding piping requirements, valve specifications, and current install pictures are directed to the responsibility of the contractors for interpretation based on the referenced documents. The current part numbers for the pumps being replaced are outlined in Section 1.1 of the Statement of Work (SOW). The emphasis on contractor responsibility showcases the importance of flexibility and thoroughness in ensuring proper installation and compliance with the project requirements. This Q&A serves as a vital reference for contractors seeking to understand project specifics necessary for submitting compliant proposals.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    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.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    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.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Cross Connection Survey
    Dept Of Defense
    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.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    THM-100 Maintenance and Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking maintenance and service for a THM-100 Monitor, with the procurement managed by the 97th Contracting Squadron at Altus, Oklahoma. The requirement is for specialized service and maintenance, which is intended to be awarded to Aqua Metrology System LTD, as they are the only source capable of fulfilling this need. This procurement is critical for ensuring the operational reliability of the monitoring equipment used in various applications, and interested parties must submit a capability statement by December 11, 2025, at 11:30 AM CST, via email to the designated contacts. For further inquiries, potential respondents can reach out to TSgt Kevin Pillow or Mr. Scott Swain at the provided email addresses.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.