LF Sump Pump Discharge Lines
ID: FA462625R0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking proposals for the LF Sump Pump Discharge Lines project at Malmstrom Air Force Base in Montana. This project involves the excavation, re-routing, and replacement of discharge lines for Sump Pumps 102 and 103, requiring contractors to provide all necessary labor, equipment, materials, and supervision. The initiative underscores the Air Force's commitment to engaging small businesses in critical infrastructure projects, with a projected contract value between $500,000 and $1,000,000 and an estimated performance period of 180 days. The Request for Proposal (RFP) will be issued on or after February 27, 2025, with submissions due around April 3, 2025. Interested parties can contact SrA Tamia Cash at tamia.cash@us.af.mil or 406-731-4352, or Cody Babinecz at cody.babinecz@us.af.mil or 406-731-4608 for further information.

    Files
    Title
    Posted
    The document outlines the technical specifications for a project titled "Repair LF Sump Pump Discharge Lines" for the 341st Civil Engineer Squadron at Malmstrom Air Force Base, scheduled for June 2024. The project involves excavating, rerouting, and replacing discharge lines at various Launch Facilities (LF). Key sections detail general requirements, including site security, environmental protection, plumbing, electrical, earthwork, and welding procedures. The contractor is responsible for providing all necessary personnel, equipment, materials, and adherence to safety standards per OSHA regulations. The project spans 180 days, with eight working days allotted per site. It emphasizes the importance of quality control, environmental compliance, and communication with a dedicated Quality Control Manager. Integration of recycled materials is encouraged, and specific procedures for site access, safety training, and inspections are established. Security protocols include background checks and compliance with entry regulations to restricted military areas. The contractor must also manage waste, handle hazardous materials appropriately, and obtain necessary permits for environmental compliance. This summary emphasizes the systematic planning and adherence to federal and state regulations governing military construction projects, ensuring minimal disruption to operations while focusing on safety and quality standards.
    The 341st Missile Wing of the U.S. Air Force is seeking interested small businesses to engage as prime contractors for the excavation, rerouting, and repair of Sump Pump discharge lines (SP 102 and SP 103). This request for sources aims to identify qualified firms, particularly those classified as 8(a), HUBZone, Woman Owned Small Business (WOSB), or Service-Disabled Veteran Owned Business (SDVOSB), to execute a potential firm-fixed price contract estimated between $500,000 and $1,000,000. Contractors must possess the necessary certifications and licenses to operate in Montana. The primary contact for inquiries is SrA Tamia Cash, with submissions due by January 9, 2024, at 2:00 PM MST, including company information and small business status. The solicitation aims to inform business decisions related to the project and encourages engagement from qualified small business concerns.
    The Department of the Air Force is releasing a Request for Proposal (RFP) regarding the LF Sump Pump Discharge Lines project at Malmstrom Air Force Base in Montana. The project entails the excavation, re-routing, and replacement of discharge lines for Sump Pumps 102 and 103. It requires contractors to provide complete labor, equipment, materials, and supervision. The RFP will be issued on or after February 27, 2025, with a deadline for submissions on or around April 3, 2025. The contract's value is projected between $500,000 and $1,000,000, and the estimated period of performance is 180 days. This solicitation is set aside for small businesses and will be accessible only through the System for Award Management (SAM) website. Additionally, there may be restrictions on foreign participation. The notice includes contact information for primary and secondary points of contact within the 341st Contracting Squadron. This RFP underscores the Air Force's commitment to engaging small businesses in critical infrastructure projects while ensuring compliance with government acquisition regulations.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a project titled "Repair Drainage and Outfalls" at Malmstrom Air Force Base in Montana. The project involves the replacement and repair of storm drainage facilities, including various culverts and sluice gates, as well as the installation of lighting and bank protection measures, all while adhering to strict environmental and safety regulations. This initiative is crucial for maintaining effective water management and operational readiness at the base, reflecting the government's commitment to infrastructure sustainability. Interested parties should contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or 406-731-4354, or Jeffrey Krieger at jeffrey.krieger@us.af.mil or 406-731-4014 for further details, as this is a total small business set-aside opportunity.
    Building 500 Industry Day
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractor input for the refurbishment of the exterior of Building 500 at Malmstrom Air Force Base in Montana. The primary objective is to gather insights on options for restoring the building's exterior, which is currently in disrepair, through surface preparation and application of new coatings or alternative covering options that adhere to industry standards. This project is significant as Building 500 serves as the headquarters for the 341st Missile Wing, and a professional exterior finish is essential to represent the mission of Malmstrom AFB effectively. Interested contractors are invited to participate in an Industry Day event on February 27, 2025, to discuss the project, with an estimated cost between $1 million and $5 million. For further inquiries, contractors can contact Dennis D. DeForest at dennis.deforest.2@us.af.mil or SrA Tamia Cash at tamia.cash@us.af.mil.
    Underground Storage Tank Inspection/Testing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide underground storage tank inspection and testing services at Malmstrom Air Force Base in Montana. The procurement involves conducting both triennial and annual compliance inspections, utilizing walkthrough checklists for facilities associated with the 10th, 12th, and 490th Missile Squadrons, in accordance with federal and state regulations pertaining to underground storage tanks. This initiative underscores the critical importance of environmental compliance and safety in managing USTs related to military operations. Interested parties should contact Randolph Foote at randolph.foote.1@us.af.mil or 406-731-4476, or Joshua Crist at joshua.crist.1@us.af.mil or 406-731-3624 for further details.
    Shoring Device
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a modular trench shoring system to be delivered to Malmstrom Air Force Base in Montana. The system is designed to ensure worker safety in trenches up to 10 feet deep and 40 feet long, with adjustable widths ranging from 3 to 7 feet, and must weigh under 1,000 pounds for ease of handling. This procurement reflects the government's commitment to worker safety in construction environments, emphasizing the importance of compliance with Federal Acquisition Regulations and supporting small business participation, particularly from women-owned small businesses. Interested vendors should direct inquiries to Commander Erik M. Hallberg by February 19, 2025, and are required to deliver the system within 60 days of contract award, with acceptance contingent upon successful delivery and compliance inspection.
    FUTURE Little Mountain Test Facility (LMTF) Testing, Operation, and Maintenance Contract
    Buyer not available
    The Department of Defense, specifically the Air Force Nuclear Weapon Center, is seeking feedback through a Sources Sought Synopsis for the Future Little Mountain Test Facility (LMTF) Testing, Operation, and Maintenance Contract. This opportunity involves providing engineering services and technical support for the operations and maintenance of the LMTF, which plays a crucial role in supporting the U.S. Air Force's Intercontinental Ballistic Missile (ICBM) mission by ensuring the reliability and nuclear hardness of weapon systems throughout their lifecycle. Interested parties are encouraged to review the attached Draft Performance Work Statement (PWS) and Cost and Software Data Reporting Plan (CSDR) and submit their responses by February 22, 2025, at noon MST, to the primary contact, Ammon Wheatley, at ammon.wheatley@us.af.mil or by phone at 801-777-1280.
    DRAFT: USACE SPK Design-Bid-Build (DBB) Construction F-35 East Campus Infrastructure Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. The project, identified by solicitation number W9123825R0007, involves a range of construction tasks including the development of taxiways, roadways, pump stations, and upgrades to utility systems, necessitating coordination with both public and privatized utility services. This significant infrastructure project, with a budget between $100 million and $250 million, is crucial for enhancing operational capabilities at Hill AFB and is expected to be awarded by April 30, 2025. Interested contractors should register with the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on March 5, 2025, for further details.
    Building 2024 LPS Repairs
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking qualified contractors for the repair of the Lightning Protection System at Building 2024. The project entails replacing four damaged air terminal masts and ensuring compliance with relevant codes, environmental mandates, and safety standards, with a contract duration estimated at 7 calendar days. This initiative is crucial for maintaining safety and regulatory compliance in federal facilities, emphasizing the importance of environmental responsibility in the contracting process. Interested small businesses must respond to the Sources Sought Notice by February 20, 2025, providing details on their capabilities, experience, and certifications, with inquiries directed to Aaron Smith at aaron.smith.103@spaceforce.mil or Ashton Smith at ashton.smith.4@spaceforce.mil.
    Hangar 211 Repair & Fire Suppression
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the repair and fire suppression upgrade of Hangar 211 at Mountain Home Air Force Base in Idaho. The project, estimated to cost between $15 million and $20 million, involves significant structural repairs, the installation of an automated sprinkler system, electrical upgrades, and the provision of modular office trailers, with a total duration of 24 months allocated for design and construction phases. This initiative is crucial for maintaining military infrastructure while ensuring compliance with federal regulations and preserving historical properties. Interested small businesses, including those classified as Small Disadvantaged, HUBZone, SDVOSB, and Women-Owned, must respond by February 3, 2025, to express their interest and capabilities, with further inquiries directed to Caleb Ferch at caleb.ferch.1@us.af.mil or Ryan Rubenstein at ryan.rubenstein.1.@us.af.mil.
    VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the project titled "VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE." This project entails the mobilization and demobilization of labor, equipment, and materials to replace approximately 11,164 linear feet of sanitary sewer lines, repair and replace manholes, and manage the abandonment of certain sewer segments in a former residential area. The work will utilize various methods, including open cut, pipe bursting, and horizontal directional drilling, highlighting the importance of effective sewer infrastructure maintenance. Interested small businesses are encouraged to reach out to the primary contact, Steven Stocking, at steven.stocking.2@us.af.mil or 586-239-4881, or the secondary contact, Anna Randall, at anna.randall.1@us.af.mil or 586-239-5526, for further details regarding this total small business set-aside opportunity.
    Grease Trap Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grease trap cleaning services at Holloman Air Force Base in New Mexico. The procurement involves complete pumping, cleaning, and disposal of waste, grease, oils, and sediment from designated facilities, adhering to federal, state, and local regulations, with a focus on maintaining a regular service schedule and ensuring compliance with security protocols. This service is critical for effective waste management and environmental compliance at military installations. Interested small businesses must submit their proposals by March 5, 2025, and are encouraged to attend a site visit scheduled for February 20, 2025. For further inquiries, potential bidders can contact Kitty Williams at katrina.williams.9@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil.