146 CES Bldg 1402 Waterline Repair
ID: W50S7524QA028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 146PORT HUENEME, CA, 93041-4011, USA

NAICS

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

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 Army National Guard, is soliciting bids for the repair of a waterline leak adjacent to Building 1402 at the Channel Islands Air National Guard Station in Port Hueneme, California. The project involves the demolition and replacement of asphalt pavements, concrete elements, and an 8-inch PVC waterline to restore the water distribution system to full operational capability. This opportunity is a Total Small Business Set-Aside, with an estimated contract value between $25,000 and $100,000, and the selected contractor will be awarded a Firm Fixed Price contract based on the lowest responsible offer. Interested vendors must submit their quotes by September 13, 2024, at 2:00 PM PST, and are encouraged to direct any inquiries to the primary contact, William Tucker, at william.tucker.32@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation (W50S7524QA028) for the repair of a waterline leak at the Channel Islands Air National Guard Station in California, designated as a total small business set-aside project with an estimated value between $25,000 and $100,000. Interested contractors must submit their bids by September 13, 2024, accompanied by required performance and payment bonds, and are encouraged to attend a pre-bid conference scheduled for September 3, 2024. The project's scope includes excavating, replacing plumbing components, repaving, and ensuring all work complies with applicable standards and regulations, with a completion timeframe of 45 days from the notice to proceed.
    The document is an amendment to a solicitation for a government contract, specifically addressing changes in the timeline for a site visit. It indicates the new date for the site visit is set for September 4, 2024, at 2:00 PM PDT, and specifies the meeting location at the Channel Islands Air National Guard Station. The amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment prior to the submission deadline through various specified methods. The document also reinforces that all other terms and conditions of the original solicitation remain unchanged. Additionally, it modifies existing clauses related to site visits and relevant investigations to ensure offerors inspect the worksite before submitting their bids. This amendment reflects standard practices in federal solicitations, ensuring clarity and compliance in the bidding process while facilitating effective communication between the government and potential contractors.
    This document amends a solicitation related to federal contracting. The amendment extends the offer submission deadline and requires acknowledgment of receipt via specified methods, including electronic communication and letter references. It incorporates all Requests for Information (RFIs) received and their corresponding responses into the solicitation. Notably, it lays out mandatory clauses related to site visits and contractor responsibilities, emphasizing that offerors must inspect the project site. The amendment also details the representation and certifications required from contractors, including compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions. Additionally, the document outlines the Buy American requirements for construction materials, stressing domestic sourcing unless exceptions apply. The overall purpose of this amendment is to ensure clarity, compliance, and updates related to the contractual obligations in the solicitation process while addressing critical components that affect the project execution and contractor compliance. This amendment exemplifies the ongoing updates typical within government requests for proposals (RFPs), ensuring all parties are informed of changes that may impact contract performance and compliance.
    The document outlines the solicitation for the Repair Waterline B1402 project at the Channel Islands Air National Guard Station in California, with an estimated cost between $25,000 and $100,000. It is designated as a Total Small Business Set-aside under the NAICS code 236220. Bidders are required to submit sealed bids with guarantees and must comply with specific performance and payment bond requirements within designated timeframes. The contracting authority aims to award a Firm Fixed Price contract to the most advantageous bidder based on price. A pre-bid conference is scheduled to address bid requirements and clarify questions. Attendance is mandatory, requiring prior registration due to security protocols. The document emphasizes that all bid submissions must adhere to federal regulations and includes detailed instructions on bid preparation, including necessary certifications and acknowledgments. This solicitation reflects the government's commitment to promoting small businesses while adhering to local and federal procurement regulations, ensuring a transparent and competitive bidding process.
    The document outlines the Statement of Work (SOW) for repairing a waterline leak at Channel Islands Air National Guard Station in Port Hueneme, California. The project involves the demolition and replacement of asphalt pavements, concrete elements, and an 8-inch PVC waterline to restore the water distribution system. The contractor is required to perform all tasks, including labor, materials, and compliance with Unified Facilities Criteria. The SOW specifies site details, procedural requirements for identifying and repairing the leak, and guidelines for utility coordination and environmental compliance. Key elements include the need for material approval and a comprehensive quality control plan. The contractor must complete the project within 45 days after receiving the Notice to Proceed, and several inspections will ensure adherence to standards. Additionally, the contractor must manage debris disposal, maintain safety protocols, and ensure compliance with local and federal regulations. The emphasis on thorough documentation and reporting underscores the accountability expected of the contractor. This document serves as a critical guideline for executing the waterline repair project efficiently and effectively in accordance with governmental standards.
    The document presents a series of Requests for Information (RFIs) related to the repair of a waterline at facility B1402. Key details include the confirmation of a monitored laydown area in the parking lot and the availability of a utility map showing surrounding utilities. However, no soils report exists for the site. The depth of existing asphalt is noted to be between 4 and 6 inches. Designated locations will be established for the dumping of saturated and muddy soils. Thrust block requirements will vary based on the size of replaced components and excavation extent, aligning with standard practices for underground domestic water utilities. Furthermore, while the document references a UFC code for line disinfectants, it advises adherence to this methodology rather than alternative cleaning methods used by local municipalities. This RFI document underscores the procedural and regulatory aspects of the waterline repair project, ensuring compliance and proper operational protocols within the context of government contracting and infrastructure maintenance.
    The document appears to be a form related to responding to a government Request for Proposals (RFP) or grant application. It includes sections for the applicant's name, job title, contact information, and signature, indicating a formal submission process. The purpose of this file is to collect essential information from those interested in applying for federal or state/local funding opportunities. Key elements of the document include the requirement for legibility in completing the information, the necessity for signatures to validate the submission, and contact details that may be crucial for follow-up communications. The format suggests rigorous adherence to procedural standards expected in governmental processes. This form's structure aligns with the context of government RFPs and grants, emphasizing the importance of proper documentation in securing funding for various projects. Overall, the document serves as an administrative tool for gathering necessary applicant data, ensuring that submissions can be processed efficiently within the larger framework of government contracting and funding systems.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment for the repairs, with an estimated project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing the importance of compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further information.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the 144th Fighter Wing at the Fresno Air National Guard Base, is seeking qualified small businesses to provide oil/water holding tank clean-up services. The contractor will be responsible for emptying and visually inspecting six holding tanks and one catch basin, ensuring compliance with federal regulations and environmental standards. This procurement is critical for maintaining environmental safety and operational efficiency at the facility, with a total award amount estimated at approximately $16.5 million. Interested parties must submit their quotes electronically by September 20, 2024, and are encouraged to attend a site visit scheduled for September 11, 2024, to better understand the project requirements. For further inquiries, contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or call (559) 454-5129.
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.
    Amendment 0001 Updates Wage Rate Requirements (Construction) Wage Determination and Pre-bid Conference and Site Visit Minutes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair and maintain pavements at the San Diego Air National Guard Station. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment, in accordance with the specifications and Statement of Work (SOW). This project is crucial for ensuring the operational readiness and safety of the facility's infrastructure. Interested bidders should note that the contract award will be contingent upon the availability of appropriated funds, and they can direct inquiries to Carmen Ridener at 210-671-3246 or via email at carmen.ridener@us.af.mil. The deadline for bid submissions is set for September 13, 2024.
    70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the repair or replacement of the sprinkler supply line at the Air Station Detroit in Michigan. The project requires bidders to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work, with a completion timeline of 30 days following the Notice to Proceed. This procurement is critical for restoring the fire safety system, which has been compromised due to underground leaks, and emphasizes compliance with federal labor standards and environmental regulations. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further inquiries.
    Falls Waterline
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a waterline repair project at the Falls Lake Tailrace area in Wake Forest, North Carolina. The project involves locating and repairing a leak in a 1.5” PVC water line, installing a 4” pressure reducing valve, and conducting necessary repairs to asphalt and disturbed areas. This procurement is set aside for small businesses under NAICS code 237110, with a size standard of $45 million, emphasizing the government's commitment to engaging small enterprises in infrastructure maintenance. Proposals, including a Price Quote and Technical Proposal, must be submitted electronically by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, at the provided email addresses.
    Replace Backflow Preventers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the replacement of backflow preventers at the 126th Air Refueling Wing located at Scott Air Force Base, Illinois. The project aims to address failures in existing backflow prevention devices across multiple buildings, ensuring compliance with safety and operational standards. This procurement is crucial for maintaining infrastructure integrity and public health, as backflow preventers play a vital role in preventing contamination of potable water systems. Interested small businesses must submit their sealed quotes by September 19, 2024, with a project cost estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact MSgt Benjamin James at benjamin.james.1@us.af.mil or TSgt Jonathan Middleton at jonathan.middleton.5@us.af.mil.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.