Unfired Pressure Vessel (UPV) Inspections
ID: FA461325Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- MISCELLANEOUS (H399)

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 proposals for Unfired Pressure Vessel (UPV) inspections at F.E. Warren Air Force Base in Wyoming. The contract aims to secure inspection services for 27 UPVs, requiring the contractor to provide management, tools, and labor while ensuring compliance with federal and state regulations. These inspections are critical for maintaining safety and operational integrity of the vessels, which play a vital role in military operations. The total award amount for this contract is $11,500,000, and interested parties, particularly women-owned small businesses, must submit their proposals in accordance with the outlined requirements by the specified deadlines. For further inquiries, potential bidders can contact Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for inspection services for Unfired Pressure Vessels (UPVs) at F.E. Warren Air Force Base, Wyoming. The contractor is tasked with providing management, tools, and labor for inspecting 27 UPVs in various locations, ensuring compliance with federal and state regulations. Key inspection activities include internal and external assessments, checking safety devices, and performing hydrostatic tests as necessary. Exclusions from inspection requirements are specified for certain types of vessels, and documentation of inspections must be maintained. The PWS describes contractor responsibilities concerning security, safety, and environmental considerations. It emphasizes the importance of operational security (OPSEC) and anti-terrorism measures. The contractor's work schedule aligns with standard business hours and includes guidelines for holiday operations. The document establishes performance objectives that the contractor must meet, with a focus on maintaining quality control. Government resources and utilities will be provided as needed, while the contractor is expected to manage environmental compliance and hazardous materials appropriately. Additionally, the contractor must have experience in UPV inspections and hold relevant certifications. Overall, the document serves as a comprehensive framework for the execution of UPV inspection services, ensuring adherence to safety and regulatory standards while safeguarding operational integrity.
    The document encountered issues with viewing due to Adobe Reader installation requirements. Users may need to install Adobe Reader 8 or higher or adjust their viewing settings to access the content. It provides guidance on installing Adobe Reader and configuring the appropriate environment for smooth access to documents. This highlights the necessity of proper software for reviewing federal government RFPs, grants, and local proposals, which are essential for ensuring effective participation in government funding opportunities. Without the necessary programs, stakeholders may miss critical information pertinent to government processes and requirements.
    The document outlines the Register of Wage Determinations under the Service Contract Act by the U.S. Department of Labor, specifying wage rates for various occupations in Laramie County, Wyoming. It provides current minimum wage requirements based on two Executive Orders: Executive Order 14026 mandates a minimum of $17.75 per hour for contracts after January 30, 2022, while Executive Order 13658 applies a minimum of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination includes a detailed list of occupations and their corresponding wage rates, fringe benefits, and compliance requirements for contractors. It emphasizes the importance of contractor obligations regarding worker protections, annual wage adjustments, and paid sick leave as mandated under recent Executive Orders. The document serves as a critical reference for federal, state, and local government contracts to ensure fair compensation and compliance with labor standards for service employees, promoting equitable labor practices in government-sponsored employment.
    The document outlines a Request for Proposals (RFP) for a contract aimed at securing services from women-owned small businesses (WOSB) for unfired pressure vessel inspections at F. E. Warren Air Force Base, Wyoming. The solicitation specifies a total award amount of $11,500,000 and includes parameters for contract execution, delivery schedules, and required qualifications for bidders. The contractor must provide all necessary management, tools, and workforce to conduct inspections following a detailed Performance Work Statement (PWS). The contract incorporates references to various federal regulations, clauses, and requirements relevant to small business participation, including those for economically disadvantaged women-owned businesses (EDWOSB) and service-disabled veteran-owned small businesses (SDVOSB). It emphasizes compliance with safety and environmental standards, and the requirement for electronic submission of payment requests using the Wide Area Workflow (WAWF) system. Overall, the document demonstrates the government’s commitment to promoting small business participation in government contracting while ensuring adherence to quality and safety standards in service provision.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    API Fuel Tank Inspection - Wright Patterson, AFB
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the API Fuel Tank Inspection project at Wright Patterson Air Force Base in Ohio. The procurement involves comprehensive inspection services for fuel tanks, including the removal and disposal of remaining fuel, cleaning, and conducting internal inspections in accordance with API 653 and NFPA standards. This initiative is critical for ensuring the structural integrity and compliance of military fuel storage facilities, thereby safeguarding operational safety and environmental protection. Interested contractors must submit their quotes by November 5, 2024, at 2:00 PM CDT, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    Underground Storage Tank Inspection/Testing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Underground Storage Tank Inspection and Testing Services at Malmstrom Air Force Base in Montana. The contract requires a licensed third-party inspector to conduct compliance inspections and testing of underground storage tanks, adhering to both federal and Montana regulations, with inspections mandated every three years and annually. This procurement is critical for ensuring environmental safety and operational integrity at military installations, particularly in managing petroleum substances. The total award amount for this firm-fixed price contract is $19,500,000, with the initial delivery period set from March 3, 2025, to March 2, 2026, and multiple option periods extending until March 2030. Interested parties can contact Randolph Foote at randolph.foote.1@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil for further information.
    NPTU Inspection of Air Receivers
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking small business contractors to provide inspection services for High Pressure-Air (HPA) receivers at the Nuclear Power Training Unit-Charleston (NPTU-C) located in Daniel Island, South Carolina. The procurement involves a thorough external and partial internal inspection of 28 HPA receivers, ensuring compliance with the National Board Inspection Code and the Unified Facilities Criteria, with a focus on safety and operational integrity for U.S. Navy training environments. Interested vendors must submit their quotations by 0900 EST on February 26, 2025, and must possess relevant certifications in Non-Destructive Testing and inspection experience. For further inquiries, potential bidders can contact Loryn Heckathorn at loryn.heckathorn@us.af.mil or Stephanie R. Woods at stephanie.woods.7@us.af.mil.
    Crane Inspection Services IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide crane inspection services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at F.E. Warren Air Force Base in Wyoming. The procurement requires comprehensive management, tools, supplies, equipment, and labor to ensure the inspection, maintenance, and operational testing of National Crane 1400C booms, adhering to federal, state, and local regulations, as well as Air Force technical orders. These services are critical for maintaining equipment safety and operational readiness, with strict quality control measures and compliance requirements outlined in the Performance Work Statement. Interested contractors should contact Mauranda Racer at mauranda.racer@us.af.mil or Donna Doss at donna.doss.1@us.af.mil for further details, with proposals due within 10 days of request submission.
    Cylinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is soliciting proposals for the fabrication and testing of a cylinder assembly for intercontinental ballistic missile systems under contract SPRHA2-25-R-0084. This procurement is designated for full and open competition, with specific considerations for small businesses, including women-owned and service-disabled veteran-owned enterprises. The selected contractor will be responsible for conducting a First Article Test within 550 calendar days of contract initiation, ensuring compliance with rigorous quality assurance standards, including ISO 9001-2015, and maintaining detailed supply chain traceability documentation. Proposals are due by March 21, 2025, and interested parties should contact Scottina Malia at scottina.maila@us.af.mil for further information.
    FE Warren KN-16 Boiler
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase of two KN-16 boilers for Buildings 336/1151 at FE Warren Air Force Base in Wyoming. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of compliance with federal regulations and the need for bidders to submit detailed pricing, product specifications, and delivery schedules. The boilers are critical for maintaining operational efficiency within the facility, and the government will manage unloading services upon delivery, while contractors must ensure their delivery personnel meet access requirements to the base. Interested parties should direct inquiries to Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must acknowledge the solicitation amendment prior to the submission deadline to ensure their offers are considered.
    Water Vessel Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for water vessel repairs as part of a Sources Sought notice. The procurement focuses on comprehensive repair objectives for a water vessel measuring 89 feet in length, with specific tasks including the replacement of diesel engine components, structural repairs, and updates to electrical systems to ensure operational safety and compliance with the latest standards. This initiative is crucial for maintaining the vessel's functionality in diverse marine environments, aligning with government procurement needs for maritime operations. Interested parties can reach out to Tevin Brown at tevin.brown@us.af.mil or call 315-634-4343 for further details.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    API Fuel Tank Inspection - Moody AFB, GA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses to conduct API fuel tank inspections at Moody Air Force Base in Georgia. The contract involves performing external inspections on aboveground storage tanks, ensuring compliance with industry standards and environmental safety regulations, while requiring the contractor to provide all necessary resources, including personnel and equipment. This procurement is critical for maintaining the integrity and safe operation of fuel storage facilities, reflecting the government's commitment to regulatory compliance and environmental protection. Interested parties must submit their proposals electronically by November 5, 2024, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base in Oklahoma. The procurement includes annual and semi-annual inspections, preventive and remedial maintenance, and compliance with OEM specifications, ensuring that all fire suppression systems meet safety and operational standards. This opportunity is critical for maintaining operational safety and regulatory compliance within government facilities, reflecting the importance of effective fire safety management. Interested vendors must attend a mandatory site visit on February 21, 2025, and submit their proposals by March 7, 2025, with evaluations based on technical acceptability and pricing. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.