Continuous Emissions Monitoring (CEMS)
ID: FA500425Q0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Testing Laboratories and Services (541380)

PSC

QUALITY CONTROL- MISCELLANEOUS (H199)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on Continuous Emissions Monitoring Systems (CEMS) at Eielson Air Force Base in Alaska. The contractor will be responsible for providing personnel, labor, and supervision necessary for continuous emissions monitoring, maintenance of hardware and software support for CEMS and CEMADAS equipment, and ensuring compliance with all applicable environmental regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the facility, with a contract value estimated at approximately $19 million over a base year and four option years. Interested small businesses must submit their proposals by March 20, 2025, and can contact A1C Jose Rodriguez at jose.rodriguez.165@us.af.mil or Ryan Baudouin at ryan.baudouin@us.af.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for a contractor to provide continuous 24/7 maintenance and technical support for Continuous Emissions Monitoring Systems (CEMS) and Data Acquisition Systems (CEMADAS) at the Central Heat and Power Plant, Eielson Air Force Base, Alaska. The contractor is responsible for ensuring compliance with federal, state, and local regulations while maintaining specific monitoring equipment, including various models from California Analytical Instruments and software updates necessary for EPA compliance. Key tasks include providing biannual onsite training, 24/7 emergency support, and timely delivery of parts for maintenance needs. The contract also mandates annual audits, rapid onsite service response within 72 hours, and ongoing software support to meet regulatory standards. Communication for this project will be facilitated through designated personnel, with particular emphasis on security protocols regarding internet access to the CEMS-CEMDAS network. This document serves as a detailed scope of work in the context of government requests for proposals (RFPs) and underscores the importance of environmental compliance and maintenance in government facilities.
    The "Register of Wage Determinations under the Service Contract Act" outlines the minimum wage rates and conditions for contracts associated with the U.S. Department of Labor. Effective from January 30, 2022, contracts subject to Executive Order 14026 must offer at least $17.75 per hour for covered workers, while contracts from January 1, 2015, to January 29, 2022, must pay at least $13.30 per hour if not renewed after the cutoff date. This determination is relevant for federal contracts in Alaska, particularly the Fairbanks North Borough, and details specific hourly wage rates for various occupations ranging from administrative to technical positions. Moreover, it addresses fringe benefits, including health and welfare stipulations, vacation, and holiday pay, as well as the provisions for uniform allowances and sick leave under Executive Order 13706. The document stresses the importance of compliance with wage standards and outlines the process for requesting additional classifications and wage rates. It serves as a critical reference for contractors to ensure fair compensation in accordance with federal regulations, ensuring workers' rights are upheld across contracted services.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for commercial products and services related to Continuous Emissions Monitoring (CEMS) for the U.S. Air Force, specifically at Eielson Air Force Base, Alaska. The procurement is valued at approximately USD 19 million, covering a base year and four option years, each lasting twelve months. The document details several administrative aspects, including the contract requisition number, points of contact, and the method of solicitation, which is a Request for Quote (RFQ). It emphasizes compliance with federal acquisition regulations and mandates such as the inclusion of specific clauses addressing service-disabled veteran-owned small businesses and economically disadvantaged women-owned small businesses. Inspection and acceptance criteria, payment methods, and delivery requirements are thoroughly outlined to ensure contractual obligations are met. This solicitation reflects the government's aim to support diverse business ownership in federal contracting while addressing environmental monitoring needs and ensuring regulatory compliance throughout the contract's lifecycle.
    The document consists of a series of questions and answers related to a service contract for air quality monitoring equipment. The main topics include the type of equipment needed, the gases to be monitored, the housing of the equipment, and equipment procurement. Key points indicate that the equipment will monitor gases such as O2, CO, SO2, and NOx, while particulates are not monitored due to a separate system in place. The existing equipment is reported to be adequate, with only software upgrades and specific computing hardware needing to be procured. The equipment will be housed in a designated room on a fan deck, eliminating the need for an external enclosure. Overall, the Q&A clarifies the requirements and integrations pertinent to the monitoring services in line with environmental regulations, underscoring the project's focus on compliance with EPA standards and internal operational protocols.
    The document provides a comprehensive inventory and cost analysis of various special gases utilized at Eielson Air Force Base (AFB). It details multiple gas types, their specific concentration levels (e.g., NOX, CO, O2), and their use in monitoring nitrogen balance, along with daily and quarterly maintenance requirements. Each gas entry includes an account number, estimated usage rates, current stock levels, prices, and total costs, structured across various categories (Q1, Q2, etc.) based on gas composition. The overall expense for the gases totals $23,155.52, including specific breakdowns for gases like Q2 and Q3, revealing a clear picture of ongoing operational needs and budget allocations. The purpose of the document aligns with tracking and managing resources effectively within the military context, ensuring compliance with air quality regulations and operational efficiency, reflective of broader federal and local government practices concerning RFPs and resource management. Overall, this file is a crucial component in maintaining environmental standards and operational readiness at the base.
    The document addresses questions regarding an air monitoring service contract related to emissions testing. The main goals include monitoring specific gases—namely O2, CO, SO2, and NOx—using calibrated equipment already owned by the Eielson facility. The equipment will be housed on the fan deck of the facility without the need for new enclosures. The contractor is responsible for providing annual software updates, while Eielson is accountable for any necessary hardware repairs or parts replacement. There is no need for purchasing additional equipment as the current Data Acquisition and Handling System (DAHS) suffices for the contract's requirements. This Q&A session indicates the project’s focus on ensuring compliance with environmental regulations as per the reports sent to the Alaska Department of Environmental Conservation (ADEC) and the Environmental Protection Agency (EPA). The overall purpose is to clarify contractual responsibilities and operational specifics in the context of environmental monitoring and regulatory compliance.
    This document outlines an amendment to a federal solicitation, specifically modifying the request for proposals (RFP) for the project identified as FA500425Q0016. The amendment primarily serves to extend the deadline for submission of offers to March 20, 2025, at 12 PM Alaska Standard Time. Additionally, it updates the attached performance work statement to its Revision #1 dated March 14, 2025. The amendment emphasizes that all other contract terms and conditions remain unchanged and specifies the procedures for acknowledging receipt of this amendment to ensure offers are not disqualified due to failure to comply with the amended terms. The purpose of the amendment and its associated details are essential for prospective contractors aiming to participate in the project, as they outline critical deadlines and documentation requirements. This amendment reflects standard practices in government contracting, facilitating communication and compliance in the RFP process.
    The Performance Work Statement outlines requirements for a contractor to deliver continuous emissions monitoring and maintenance support for the CEMS (Continuous Emissions Monitoring Systems) and CEMADAS (Continuous Emissions Monitoring Data Acquisition System) equipment at the Central Heat and Power Plant, Eielson Air Force Base, Alaska. The contractor is responsible for labor, supervision, and compliance with relevant standards and regulations. Key responsibilities include maintaining specific monitoring equipment, providing onsite preventive maintenance, emergency support, and conducting cylinder gas audits. The contractor must ensure timely service and emergency assistance, including fast delivery of parts. The document also notes that the government won't furnish internet connectivity for the project. The contact persons for the project are given, emphasizing communication about project oversight. Overall, this file serves as a guideline for fulfilling environmental compliance and operational effectiveness in emissions monitoring at the facility.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FTQW 20-0504 - CHpp Phase C
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FTQW 20-0504 project, which involves upgrading and modifying the low-voltage electrical and lighting systems at the Central Heating and Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to remove and replace outdated electrical panels, transformers, and lighting fixtures to enhance operational efficiency and safety within the facility. This initiative is critical for maintaining the infrastructure of a military installation, ensuring minimal disruption to ongoing operations while adhering to stringent safety and environmental regulations. Interested contractors must submit their electronic bids by the specified deadline, with a project budget estimated between $1 million and $5 million, and are encouraged to direct inquiries to Christopher Blackburn or Ryan O. Smith at the provided contact emails or phone numbers. A site visit is scheduled for March 19, 2025, and all questions must be submitted by March 25, 2025.
    Microphone Installation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Microphone Installation Project at Eielson Air Force Base and Joint Base Elmendorf-Richardson in Alaska. The project involves the installation of next-generation ceiling-mounted beam-forming microphones with digital signal processing to enhance communication clarity during video teleconferences and briefings, ensuring compliance with strict security standards and non-network capabilities. This initiative is crucial for modernizing communication technology within military training environments, reflecting the government's commitment to operational readiness. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit questions by March 7, 2025, and quotes by March 12, 2025, with a total contract value of approximately $19 million.
    20th IS controls upgrade and duct cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of controls and duct cleaning services for the 20th Intelligence Squadron at Offutt Air Force Base in Nebraska. The project entails replacing outdated Excel 5000 series controllers and cleaning approximately 30,000 square feet of ductwork and associated air handling units to ensure a safe and healthy working environment for personnel. This procurement is critical for maintaining operational efficiency and compliance with health standards, as the existing systems are obsolete and pose potential risks to building occupants. Interested contractors must submit their bids by March 17, 2025, and are encouraged to attend a site visit scheduled for March 6, 2025. For further inquiries, contact Casey Hupton at casey.hupton.1@us.af.mil or Thearith Em at thearith.em@us.af.mil.
    HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The primary objective is to enhance indoor air quality and HVAC efficiency by performing comprehensive cleaning of the Air Handling Unit (AHU) and associated ductwork, adhering to relevant codes and standards. This contract, expected to be awarded as a firm-fixed price agreement, has a performance period of 90 days post-award and is set aside for small businesses, with a total budget of $9 million. Interested vendors must submit their proposals electronically by April 4, 2025, at 12:00 PM ET, to the designated contacts, Matthew Shofner and Claire Hess, whose emails are provided in the solicitation documents.
    ALCMS Software Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the ALCMS Software Upgrade project at Beale Air Force Base, California. The contractor will be responsible for the development and installation of an upgraded Airfield Lighting Control and Monitoring System (ALCMS), which includes providing all necessary management, tools, supplies, equipment, and labor, as well as a five-year service plan post-installation. This upgrade is crucial for modernizing the existing system, which currently relies on outdated software and hardware, ensuring compliance with operational standards and enhancing airport lighting reliability. Interested small businesses, particularly those that are women-owned, should contact Kyle Kline at Kyle.Kline.2@us.af.mil or Candice Woods at candice.woods@us.af.mil for further details, with a total contract value estimated at approximately $34 million and proposals due by March 17, 2025.
    Cannon AFB - Melrose Air Force Support Contract
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is soliciting proposals for the Melrose Air Force Range Operations, Maintenance, and Support Services contract, with an estimated value between $100 million and $250 million. The contractor will be responsible for providing comprehensive support across various operational areas, including facility maintenance, aerial gunnery, electronic warfare, and paramedic services, ensuring the range meets the training and readiness requirements of the Air Force Special Operations Command. This contract is a Total Small Business Set-Aside, with a performance period consisting of an initial five-year base period followed by up to five one-year incentive option periods. Interested vendors must register in the System for Award Management (SAM) and submit their proposals by April 11, 2025, with inquiries directed to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
    Oil Water Separator Testing and Pumping
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking a contractor for the "Oil Water Separator Testing and Pumping" project at Cannon Air Force Base in New Mexico. The contractor will be responsible for waste characterization sampling, analysis, and the complete management of the oil-water separator system, including the removal, cleaning, and disposal of waste in compliance with environmental regulations. This procurement is set aside for small businesses under NAICS code 562112, emphasizing the government's commitment to promoting small business participation in federal contracting. Interested vendors must attend a site visit on March 27, 2025, and submit their quotes by April 15, 2025, with inquiries directed to Corey Isaacs at corey.isaacs.1@us.af.mil or 575-784-4243.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    Dryer Vent Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide dryer vent cleaning services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement requires the contractor to manage and perform annual and semi-annual cleaning of approximately 731 dryer vents, ensuring compliance with safety standards and regulations set by the National Fire Protection Agency (NFPA) and the Occupational Safety and Health Administration (OSHA). This service is critical for maintaining operational safety and efficiency within the military installation. Interested small businesses must submit their quotes by April 1, 2025, and are encouraged to attend a site visit scheduled for March 20, 2025. For further inquiries, potential bidders can contact Maureen Badey at maureen.badey.1@us.af.mil or SrA Brian Chambers at brian.chambers.5@us.af.mil.
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.