Repair Fire Hydrants
ID: FA480326B0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 bids for a contract to repair fire hydrants at Charleston Air Force Base in South Carolina. The project entails the removal of old hydrants and the installation of new American Darling fire hydrants, including necessary components such as isolation valves and thrust blocks, while adhering to environmental and safety regulations. This procurement is crucial for maintaining the operational readiness of the fire protection infrastructure at the base, with a contract value estimated between $250,000 and $500,000. Interested small businesses must submit their bids by January 30, 2026, with all inquiries directed to SSgt Braulio Ramirez Galvan at braulio.ramirez_galvan@us.af.mil or SrA Tariq Ellis at tariq.ellis@us.af.mil.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for the VSLB 24-0104 project, focusing on the repair and replacement of fire hydrants. The contractor is responsible for obtaining necessary permits from the South Carolina Department of Health and Environmental Control (SCDHEC) and following an attached map of broken fire hydrants without disturbing existing roads. The scope includes removing old hydrants, installing new American Darling left-turn open style and three-way style fire hydrants with isolation/gate valves, thrust blocks, and metal water bridge loaded valve boxes with concrete collars. Hydrant bonnets will be brush painted according to location and plumbing shop coordination, and caps will adhere to NFPA requirements. The contractor must perform flow tests on new hydrants, estimate 300-LF of 6-inch ductile iron pipe installation for bidding, and allow three weeks for government marking for digging permits. The project includes specific tasks for four CLINs based on the presence of isolation valves and asbestos. The total project time is estimated at 111 calendar days, including prep, construction, and closeout. The contractor must provide detailed as-builts, material submittals, and adhere to all relevant federal, state, and industry standards, including a one-year warranty. The SOW also covers general information such as required licenses, adherence to various codes (UFC, IBC, IPC, NEC, NESC, NFPA, EPA, SCDOT), pre-construction meetings, DD1354 submissions, permit acquisition, working conditions, hazardous waste disposal (excluding on-base burning), and daily reports in RAKEN format with pictures.
    This document is a GeoBase map of hydrants at Shaw Air Force Base, dated July 8, 2024. It provides a visual representation of hydrant locations within the installation, using the WGS 1984 UTM Zone 17N coordinate system. The map includes a legend detailing the status of various hydrants, categorizing them as 'NOT TESTED' (1), 'INOPERABLE' (16), 'INOPERABLE - REPAIR' (5), 'INOPERABLE - REPLACE' (9), 'REMOVE' (4), 'YES' (309), and 'YES - NEEDS REPLACING' (1). The document explicitly states that it is for reference only and GeoBase is not liable for errors or damages resulting from inappropriate use. It is classified as "For Official Use Only," with unauthorized reproduction or distribution strictly prohibited. The map was prepared by Shaw GeoBase, 20 CES/CENME, and includes contact information for Shaw AFB Execution Support.
    This document outlines environmental requirements for contractors at Shaw Air Force Base (SAFB), covering hazardous materials, waste management, storm water prevention, and natural/cultural resource preservation. Contractors must obtain authorization for hazardous material use, submit monthly usage reports, and adhere to strict disposal protocols for various waste types, including hazardous, universal, asbestos, and lead-based paint waste. The plan emphasizes diverting municipal solid waste and construction debris from landfills through recycling. It also details procedures for spill reporting, excavation of unusual materials, and compliance with green procurement guidelines for environmentally preferable products. Additionally, the document addresses air emission source permitting and refrigerant recovery certifications, ensuring adherence to federal, state, and local environmental regulations, as well as specific Air Force instructions.
    The document outlines General Decision Number SC20250004 for heavy dredging across South Carolina, detailing wage rates, classifications, and fringe benefits for various jobs within the dredging industry. It specifies wage rates for classifications including Deck Captain, Crane Operator, and various laborers, along with additional pay for hazardous work and incentive pay for licensed operators. Additionally, it explains the appeal process for wage determinations and the applicability of Executive Orders regarding paid sick leave and minimum wage for federal contractors.
    The document, VLSB 24-0104, outlines a project focused on repairing valves. It details various line items for material and labor costs, including demolition of fire hydrants and isolation valves, installation of new fire hydrants, isolation valves, and thrust blocks, as well as painting, flow testing, and new water pipe installation. Supervision costs for a project manager and superintendent are also included. The financial breakdown covers total material costs, total labor costs, direct costs, total line item costs, overhead, profit, and bond, all currently listed at $0.00, indicating a preliminary or template document for a government RFP or contract. This project aims to address necessary repairs and installations related to water infrastructure.
    This document outlines environmental requirements for contractors at Shaw Air Force Base (SAFB), focusing on hazardous materials (HAZMAT), waste management, and refrigerant recovery. It details submission guidelines for Safety Data Sheets (SDS) for various HAZMATs, including compressed gases, paints, and solvents, and specifies reporting procedures for short-term and long-term contractors. The document also addresses the management and disposal of municipal solid waste (MSW), construction and demolition (C&D) debris, hazardous waste, universal waste, asbestos, lead-based paint (LBP), PCBs, and non-regulated wastes, emphasizing compliance with federal, state, and local regulations. Additionally, it covers refrigerant recovery requirements under the Clean Air Act, mandating certified technicians and proper disposal of ozone-depleting substances, with certain refrigerants sent to the Defense Logistics Agency (DLA) ODS Reserve.
    The provided document, likely a component of federal or state infrastructure RFPs, details the inspection and repair status of numerous fire hydrants. The report categorizes hydrants by their condition, ranging from fully operational to needing complete replacement or removal from records. Common issues include seized operating nuts or stems, low or no water pressure, leaks, damaged components like safety couplings, and hydrants being out of code due to height or damaged threads. Several hydrants are listed as "OUT OF SERVICE" or "OUT OF COMMISSION" due to various malfunctions, lack of water supply, or past demolition in the area. The document frequently notes the presence or absence of isolation valves, which impacts repair feasibility. Overall, the report serves as a critical assessment of the existing fire hydrant infrastructure, outlining necessary repairs, replacements, and further investigations to ensure operational readiness and compliance.
    This document, AF FORM 66 (Computer Generated), is an attachment to Solicitation No. F38604-99-1480, detailing the "SCHEDULE OF MATERIAL SUBMITTALS" for Project VLSB 24-0104, "Repair Fire Hydrants and Valves." It outlines required contractor submittals, including a construction schedule, material submittals, O&M Manuals, and as-built drawings, along with their submission deadlines (e.g., within one week of Notice to Proceed for the construction schedule). The form provides sections for tracking the submission and approval process, to be completed by both the project engineer and contract administrator. This ensures all necessary documentation for the project is provided, reviewed, and approved, facilitating compliance and successful project execution.
    The "Design and Construction Standards for Shaw Air Force Base, South Carolina" document outlines comprehensive requirements for all design and construction activities within Shaw AFB jurisdiction. Issued on March 23, 2018, with two subsequent changes, it serves as a guiding document for designers, engineers, planners, and contractors. The standards cover a wide range of areas including general requirements, civil engineering, architectural design, structural elements, mechanical, electrical, and communication systems, and fire suppression. It emphasizes compliance with numerous federal and state laws, national and international codes, and specific Air Force instructions and Unified Facilities Criteria. The document also details administrative procedures for doing business at Shaw AFB, including permit acquisition, daily reporting, and environmental compliance, and provides extensive appendices with forms, standard details, and landscape guidelines. Its purpose is to ensure all projects, from new facilities to renovations, adhere to established safety, quality, and environmental protocols while maintaining consistency with base-specific development plans.
    Lifecycle
    Title
    Type
    Repair Fire Hydrants
    Currently viewing
    Solicitation
    Similar Opportunities
    USCG Station South Padre island Fire hydrant repair/replace
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to repair or replace fire hydrants at the Coast Guard Station in South Padre Island, Texas. The project involves conducting a site assessment, performing necessary excavations, and ensuring compliance with various safety and operational standards, including NFPA, AWWA, UPC, OSHA, and USCG regulations. This procurement is critical for maintaining the functionality and safety of the station's water supply system. Interested contractors must submit their quotes by 12:00 PM CST on January 2, 2026, to kala.m.lowe@uscg.mil, and are encouraged to inspect the site prior to submission to familiarize themselves with the conditions of the work.
    Y1DA--NRM-CONST- 630A4-26-408 Fire Hydrants Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the Fire Hydrants Replacement project at the Brooklyn Veterans Affairs Medical Center. This project, designated as a 100% Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB), involves the replacement of seven fire hydrants and two Post Indicator Valves (PIVs), along with the evaluation and replacement of associated isolation valves and comprehensive testing of approximately twenty hydrants on the campus. The work is critical for ensuring the operational integrity and compliance of the fire protection system, with an estimated construction value between $250,000 and $500,000 and a completion timeline of 240 calendar days from the Notice to Proceed. Interested contractors must be registered and verified in the SBA’s Small Business Search and sam.gov, with a site visit to be scheduled and details provided in the forthcoming solicitation anticipated around January 12, 2026. For inquiries, contact Samantha Chavanga at Samantha.Chavanga@va.gov.
    CHS Water System Notice of Intent
    Dept Of Defense
    The Department of Defense intends to award a single-source contract for potable water, fire protection, and sanitary sewer utility services at Joint Base Charleston (JB CHS) in South Carolina. The contract, which will be awarded to Charleston Water System, is essential for ensuring uninterrupted utility services at the base, with a performance period from March 2, 2026, to March 1, 2036. This procurement is critical as it prevents any disruption in essential services that could arise from transitioning to a new service provider. Interested parties may express their interest and capabilities by contacting Mr. Daniel Teeter at daniel.teeter@us.af.mil or Ms. Taylor McDaniel at taylor.mcdaniel.1@us.af.mil, with responses due by 1:00 PM EST on January 5, 2026.
    B433 Utility Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract titled "B433 Utility Repair" to replace existing utility infrastructure at the B433 lift station in St. Columbans, Nebraska. The project entails the replacement of piping, valves, lift station pumps, controls, and associated components, with a focus on ensuring minimal disruption to operations and compliance with various safety and environmental standards. This contract is set aside for small businesses, with an estimated total award amount of $45 million, and the performance period is scheduled from January 19, 2026, to May 1, 2026. Interested parties must submit their offers by January 15, 2026, and can direct inquiries to 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 1st Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    Various Roof Repairs B1601, B1822, B1693, B160
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to perform various roof repairs at buildings B1601, B1822, B1693, and B160 located at Shaw Air Force Base in South Carolina. The project involves comprehensive design and renovation work, including asbestos abatement, complete roof replacements with Modified Bituminous Roof Systems, roof recoating, and associated repairs such as gutter replacement and tree removal, all in accordance with established construction standards. This opportunity is crucial for maintaining the integrity and safety of the facilities, ensuring minimal disruption to base operations during the construction period. Interested vendors must submit their company information and capabilities by January 16, 2026, to the designated contacts, Carlos J. Griggs and Braulio Ramirez-Galvan, via email.
    Replace Fire Sprinkler Dry Piping, B-232
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fire sprinkler dry piping in Building 232 at Marine Corps Air Station Cherry Point, North Carolina. This procurement is exclusively open to specific Mechanical MACC contractors, with an estimated project cost ranging from $250,000 to $500,000 and a completion deadline of 150 calendar days. The project is critical for ensuring fire safety compliance and involves significant installation work, including the demolition of existing systems and the installation of new piping and valves. Proposals are due by January 5, 2026, at 12:00 PM local time, and interested contractors should direct inquiries to Evan Dumke at evan.c.dumke.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a total estimated award amount of $12,500,000. The performance period is scheduled from March 2026 to September 2030, and interested contractors must submit their proposals by January 12, 2026, following a site visit on January 6, 2026. For further inquiries, potential bidders can contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Water Sample Collection and Analysis Services - Amend 1
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal and state regulations, and providing recommendations for remediation as necessary. This contract, valued at approximately $19 million, includes a base year and four option years, with an estimated start date of April 1, 2026. Interested parties should submit their quotes electronically to the designated contacts, Lenore Y. Paseda and Yuleiny Garcia, by the specified deadline, adhering to the requirements outlined in the solicitation documents.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide wet and dry suppression services at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for inspecting, testing, and maintaining fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining fire safety and compliance at the base, with a contract structured as a Firm Fixed Price (FFP) for a base year and four option years, plus a potential six-month extension. Interested small businesses must submit their quotes by January 5, 2026, and direct any questions to the primary contact, Stephen Carr, at stephen.carr.12@spaceforce.mil or 719-556-4999.