Cheyenne Mountain SFS Water Treatment
ID: FA251724Q0064Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

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 quotations from small businesses for comprehensive water treatment services at the Cheyenne Mountain Space Force Station in Colorado. The procurement aims to establish a Firm Fixed Price (FFP) contract for the installation, maintenance, and monitoring of water treatment systems for cooling towers and closed-loop systems, with a performance period from September 27, 2024, to March 29, 2030. This initiative is critical for maintaining operational efficiency and regulatory compliance at a key defense installation, ensuring reliable water treatment operations. Interested vendors must submit their quotations by September 16, 2024, and can direct inquiries to MSgt Eric Wienke at eric.wienke@spaceforce.mil or Tracie Winfree at tracie.winfree@spaceforce.mil.

    Files
    Title
    Posted
    The Performance-Based Work Statement (PWS) outlines the requirements for water treatment services at the Cheyenne Mountain Space Force Station (CMSFS), effective from August 9, 2024. The contractor is tasked with the installation, maintenance, and monitoring of water treatment systems for eight cooling towers (both inside and outside) and six closed-loop systems. Key responsibilities include weekly inspections, water quality testing (conductivity, pH, alkalinity, and microbiological assessments), and developing maintenance and treatment plans to mitigate risks such as Legionella and corrosion. The contract also mandates emergency response within four hours for water testing and system repairs. Regular reporting—weekly and monthly—is required to document inspections, service performed, and any deficiencies. The contractor must utilize environmentally friendly materials and manage hazardous waste per applicable regulations. Moreover, contractors must adhere to stringent security protocols given the sensitive nature of the CMSFS. By ensuring a consistent and comprehensive water treatment approach, the aim is to maintain operational efficiency and meet regulatory compliance standards while securing the facility's mission-critical operations.
    The Cheyenne Mountain Space Force Station requires comprehensive water treatment services for its cooling towers and closed loop systems from September 27, 2024, to March 29, 2030. The contract outlines various service line item numbers (CLINs) for both routine and optional services, including monthly maintenance for inside and outside cooling towers, emergency services, and domestic water maintenance. The contract also includes optional cleaning services and new equipment installation, though some services remain unfunded. Each section specifies quantities for evaluation purposes only, with all costs currently listed as $0.00. The document is structured into base year costs and multiple option years, detailing the services and their respective units. This RFP illustrates the federal government's ongoing commitment to maintaining operational infrastructure at critical defense installations, ensuring reliable water treatment services throughout the specified contract period. The essential focus is on thorough evaluation and options for future services, reflecting a meticulous approach to facility management and maintenance.
    The document outlines various contract administration data relevant to federal acquisitions, particularly the clauses applicable to the Defense Federal Acquisition Regulation Supplement (DFARS) and the Federal Acquisition Regulation (FAR). It details the requirements for electronic submission of payment requests through the Wide Area Workflow (WAWF) system, including definitions pertinent to contractors regarding payment requests and certifications. The sections include references to explicit contract clauses that must be incorporated by reference or full text, with specific clauses addressing compliance, financial stipulations, and requirements related to subcontracting, equal opportunity, and small businesses. Emphasis is placed on compliance with laws, safety regulations, and environmental standards, alongside procedures for the reporting and documentation process. The outline serves as a comprehensive guide for contractors participating in federal contracts, ensuring adherence to the mandated practices necessary for contract execution and financial transactions. This document exemplifies the structured framework within which government RFPs, federal grants, and state and local requirements must operate to ensure compliance and effectiveness in contract management.
    The document outlines a series of processes and requirements for federal and state RFPs and grants aimed at improving governmental operations and services. It emphasizes adherence to regulations, emphasizing transparency and accountability in funding and project execution. Various federal grants are detailed, including criteria for eligibility, evaluation processes, and specific deadlines for submission. The guidelines stress the importance of collaboration among federal, state, and local agencies to enhance public services across multiple sectors. Additionally, the document highlights the necessity of integrating technological advancements and innovative practices to meet the evolving needs of communities. It also outlines compliance measures for environmental considerations, ensuring that projects contribute positively to socio-economic and ecological settings. Overall, the content reinforces the government's commitment to optimizing public service funding through structured, criteria-based frameworks, aiming for efficiency and effectiveness in project outcomes while promoting community engagement and support.
    The solicitation FA251724Q0064 from the 21st Contracting Squadron seeks quotations from small businesses for water treatment services at Cheyenne Mountain Space Force Station, Colorado. This combined synopsis/solicitation aims to award a Firm Fixed Price (FFP) purchase order to the lowest price technically acceptable offeror. The contract will encompass comprehensive information regarding the provision of personnel, equipment, and maintenance for cooling towers and closed-loop systems. The period of performance is projected from September 27, 2024, to March 29, 2030, inclusive of a six-month extension option. Offerors must submit a detailed quotation including a cover letter, technical approach, and pricing sheet by September 16, 2024. A mandatory site visit is scheduled for August 26, 2024, with specific registration requirements due by August 21, 2024. Evaluation criteria focus on the technical approach and price, with the contractor demonstrating understanding and compliance with performance standards outlined in the Performance Work Statement. The government reserves the right to reject all bids or cancel the RFQ at any time. Overall, the document establishes clear guidelines for response, submission, and assessment to facilitate a competitive contract award process.
    The meeting minutes document from the Department of the Air Force outlines a site visit led by the 21st Civil Engineering Squadron and the 21st Contracting Squadron, aimed at familiarizing industry vendors with water treatment facilities. The event included discussions around various systems, including cooling towers and chemical treatment plants, highlighting the need for a new chemical delivery system at Cheyenne Mountain Complex. Vendors were reminded to submit written questions by the specified deadline, with an emphasis on the urgency of obligating funds before September 18, 2024. The meeting demonstrated the Air Force’s commitment to ensuring contractors understand existing infrastructure and requirements while facilitating a timely procurement process by adjusting submission deadlines to better align with vendor needs. This initiative is critical to maintaining efficient water treatment operations within the context of upcoming contracts and funding allocations.
    This document addresses questions and answers related to the FA251724Q0064 Water Treatment contract. The main focus is on municipal water treatment processes within Colorado, specifically chlorine residual requirements and cooling tower operations. Key points include the necessary chemical specifications for water treatment, with Sodium Hypochlorite 12.5% from Univar USA specified for chlorine needs, and the requirement for contractors to hold valid licenses upon contract award. Additional details cover cooling tower capacities, operational logistics including year-round operation, and responsibilities for maintenance and cleaning. The estimated annual water usage across various cooling towers is noted, along with specifics on closed loop systems for chemical application. Accessibility for deliveries and the regulatory procedures for contractor escorts are also highlighted. The document effectively outlines the procedural and operational standards required for effective water treatment but emphasizes that contractors must adhere strictly to the parameters set forth to ensure compliance with state regulations and operational needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    36FSS WATER SOFTENER SYSTEM AND INSTALLATION (GUAM)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Water Softener System and its installation at Andersen Air Force Base in Guam, under solicitation number FA524024QM124. The procurement is exclusively set aside for small businesses, requiring compliance with specific technical specifications, including a flow rate of 130 to 184 gallons per minute and a system capacity of 328 to 394 kilograms, among other criteria. This initiative is crucial for maintaining operational readiness at the facility, ensuring the provision of high-quality water for various uses. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Emily Gumataotao at emily.gumataotao.1@us.af.mil or TSgt Samuel Gordon at samuel.gordon@us.af.mil.
    Water Testing & Treatment Service
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    Pressure Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of six CoilPro CC-140 pressure washers for use at Malmstrom Air Force Base in Montana. This requirement is set aside for small businesses under the NAICS code 333248, which encompasses all other industrial machinery manufacturing, and aims to enhance operational efficiency through specialized cleaning equipment. Interested vendors must submit their written quotes by 2:00 PM MT on September 19, 2024, with inquiries due by September 16, 2024; for further information, potential bidders can contact Marquis Patton at marquis.patton.1@us.af.mil or Joshua D. Crist at joshua.crist.1@us.af.mil.
    Atmospheric Water Generators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Atmospheric Water Generators (AWGs) through Request for Quotation (RFQ) FA521524Q0016, which is exclusively set aside for small businesses. The AWGs must meet specific requirements, including dimensions between 14.5”x16.5”x24” and 24”x24”x25”, a daily water output of at least 20 gallons, a minimum water storage capacity of 10 gallons, and advanced filtration and solar capabilities. This procurement reflects the Air Force's commitment to sustainable water solutions and the utilization of commercial products to meet operational needs. Interested vendors must submit their quotes by September 20, 2024, at 1:00 pm HST, and can direct inquiries to Ssgt Daniel Callahan at daniel.callahan.7@us.af.mil or AMN Angel Liu at angel.liu@us.af.mil.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of portable, handicap-accessible latrines and comprehensive cleaning services for 150 launch facilities, with maintenance scheduled every 30 days and additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at a key military installation, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    Portable Restroom Rental and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking quotes for portable restroom rental and maintenance services under RFQ Number N66001-24-Q-6399. The procurement aims to provide portable restroom services at the 2515 Aviation Way location in Colorado Springs, CO, including installation, monthly maintenance, and eventual removal of the units. This service is critical for supporting the command-and-control facility operations, ensuring sanitary conditions for personnel. Interested small business concerns must submit their complete quotes by September 27, 2024, with inquiries directed to Contract Specialist Magda V Velarde at magda.velarde@navy.mil or by phone at 619-947-1934.
    Water Testing and Treatment Services for NSWSC San Diego, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Schools Command (NSWSC) in San Diego, California, is soliciting proposals for Water Testing and Treatment Services to support their Engineering Training Lab. The primary objective is to ensure the effective treatment of fresh cooling water used in water cooling towers, which is essential to prevent bacterial growth that could hinder cooling operations and damage water pipes. This service is critical for maintaining the functionality of shipboard equipment in a controlled training environment. Interested contractors must provide all necessary personnel, materials, and equipment for monthly services over a 12-month period, with compliance to safety and environmental standards. Proposals must be submitted electronically, and for further inquiries, interested parties can contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    H946--Water Purification System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Water Purification System and Testing through Solicitation Number 36C24825Q0009. The procurement aims to secure commercial water purification systems and associated testing services for various VA Health locations in Florida, ensuring compliance with federal and industry standards. This initiative is crucial for maintaining high water quality standards necessary for the Sterile Processing Service, reflecting the VA's commitment to providing safe and reliable water for veterans. Proposals are due by September 27, 2024, and interested parties should direct inquiries to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or by phone at 352-214-5135.
    40 Ton Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a 40-ton air-cooled water chiller under solicitation number FA9101-24-Q-B074. The project involves the removal of an existing chiller and the installation of a new Trane unit at the Arnold Engineering Development Complex (AEDC) in Silver Spring, Maryland, with a focus on standardization to enhance operational efficiency. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by September 25, 2024, and can direct inquiries to Andrew Waggoner or Robert Mosley via their provided email addresses.