Backflow Prevention Software and Service (SaaS)
ID: FA487725SSPKB1Type: Special Notice
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

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 information from qualified vendors regarding the procurement of Backflow Prevention Software and Service (SaaS) to enhance the current system operated by XC2 at Davis-Monthan Air Force Base in Tucson, Arizona. The objective is to establish and maintain a Cross Connection Control Program (CCCP) in compliance with AFMAN 32-1067 and Arizona Administrative Code R18-4-215, which mandates effective backflow prevention measures. This opportunity is particularly significant as it addresses critical infrastructure needs and regulatory compliance within the Air Force's operations. Interested parties are encouraged to submit their responses, including company size, CAGE/DUNS codes, and documentation of technical expertise, to SSgt. Eric Armah at eric.armah.gh@us.af.mil or Mr. Jerry Sauder at 355CONS.PKBA.Services@us.af.mil by 2:00 PM Arizona Local Time on August 8, 2025. Please note that this is a Sources Sought announcement and not a solicitation for bids.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Emergency Sewage Pumps
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for emergency sewage pumps to be utilized at Barksdale Air Force Base in Louisiana. This contract aims to acquire sewage treatment equipment, which is critical for maintaining sanitation and operational readiness in emergency situations. The procurement is justified under the need for reliable sewage management systems, ensuring the base can effectively respond to potential crises. Interested vendors can reach out to Marcus Olearnick at marcus.olearnick@us.af.mil or by phone at 318-456-2202, or contact MSgt Randy McGinnis at randy.mcginnis@us.af.mil or 318-456-1353 for further details.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
    Buyer not available
    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.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    AMARG Large Component Blast Booth
    Buyer not available
    The Department of Defense, specifically the Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Arizona, is seeking information from qualified vendors regarding the procurement of a Large Component Blast Booth. This procurement aims to acquire a turnkey abrasive media bead blast booth system designed for Aerospace Ground Equipment (AGE), which will be integrated into a new, expandable Pre-Engineered Metal Building (PEMB) at the base. The project emphasizes the use of Commercial Off-The-Shelf (COTS) items and compliance with federal, state, and local regulations, including stringent cybersecurity and safety standards. Interested firms, particularly small businesses across various socioeconomic categories, are encouraged to respond with their capabilities and relevant experience by December 13, 2025. For inquiries, contact Mr. Randall Egbert at randall.egbert@us.af.mil or by phone at 801-777-0142.
    Water For Injection (WFI) System Pump repair/replacement and Emergency Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for the repair and replacement of Water For Injection (WFI) System Pumps, along with emergency services related to this equipment. The procurement aims to ensure the operational integrity of water purification systems critical for medical applications, particularly within military healthcare settings. Interested contractors should note that the place of performance is Silver Spring, Maryland, and are encouraged to reach out to Ashley Atkins or Jennifer Jackson via their provided emails for further information. This opportunity is categorized under the NAICS code 238220 and is currently in the Sources Sought phase, with no set-aside restrictions.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Overhaul of F-16 Check Valve NSN 4820-01-053-3375RK
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking potential sources for the overhaul of the F-16 Check Valve (NSN 4820-01-053-3375RK) as part of a Sources Sought notice. Interested contractors must demonstrate their capability to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, packaging, and supply chain management of this critical component. The procurement is vital for maintaining the operational safety and effectiveness of the F-16 platform, and potential sources are required to submit a Source Approval Request (SAR) package, which will be evaluated by the Engineering Support Activity. Interested parties should contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, and responses are due by the specified deadline.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.