Tank T1617 Repair and Tank 3535 Examination
ID: FA480325B0003Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due May 28, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil.

Point(s) of Contact
Files
Title
Posted
The project VLSB 24-0034 aims to maintain and repair the interior and exterior of tanks 1617 and 2003 located at Shaw Air Force Base, South Carolina. Tank 1617, a 250,000-gallon deluge water storage tank, requires comprehensive maintenance procedures such as cleaning, coating, and repairs following environmental compliance standards. Key tasks include conducting a lead survey, sandblasting, disposing of waste properly, and ensuring cathodic protection systems are operational. The contractor must also address corrective actions identified in a prior inspection report. Tank 2003, a 200,000-gallon tank, will undergo a thorough assessment of its structural components and coating systems to identify necessary repairs. The contractor’s responsibilities include evaluating various potential failures and generating a detailed engineering report outlining corrective actions. The work duration post-notice to proceed is set for 15 weeks, and all efforts must comply with multiple federal, state, and industry standards. Key conditions mandate the protection of existing facilities, proper handling of hazardous materials, and all work must be conducted with minimal disruption to ongoing base operations. Furthermore, contractors are expected to provide a warranty for their services and equipment used in the project, ensuring quality and durability. This project represents a vital step in maintaining the water infrastructure on the base, ensuring operational integrity and compliance.
Feb 8, 2025, 9:04 PM UTC
The document outlines technical specifications and details for the construction and maintenance of elevated water tanks with capacities of 500,000 and 200,000 gallons at Shaw Air Force Base, including cathodic protection systems, painting details, and structural components. It encompasses engineering drawings, project approvals, revisions, and relevant project contacts. The information also specifies installation requirements for various components, including electrical and drainage systems, aligning with Air Force standards.
Feb 8, 2025, 9:04 PM UTC
The document lists two tanks, Tank 2003 and Tank 1617, which are likely components of a federal project or contract related to the management or monitoring of tank systems. The brief reference to both tanks suggests they may be involved in storage or containment efforts, though specific details such as their functions, regulatory compliance, or the context of their use are not provided. The absence of extensive information indicates that this document may serve as a preliminary identifier for further investigation into the tanks' specifications, maintenance schedules, or associated grants and RFPs. Overall, the file prompts a closer examination of these tanks in relation to potential government contracts or environmental regulations, illustrating the importance of these systems in federal or state operations regarding safety, compliance, and efficiency.
Feb 8, 2025, 9:04 PM UTC
The document outlines the specifications for a water tank coating system using Sherwin-Williams products, detailing the necessary surface preparation, priming, and painting procedures for both interior and exterior components. It includes standards referenced, such as ASTM and SSPC specifications, emphasizing the need for proper coating application and quality assurance processes. Key components require that all coating products come from a single manufacturer, with clearly defined dry film thickness (DFT) requirements and application procedures. Additional highlights include pre-installation meetings for project stakeholders, strict environmental conditions like ventilation and ambient temperature monitoring during application, and detailed instructions for mixing and applying the paints. Quality control measures insist on inspections to verify compliance with specifications, including checking for defects post-application. A follow-up inspection is mandated one year after application to assess durability and perform necessary repairs. This document serves as a guideline for contractors and project managers to ensure safe and effective coating of water tanks, critical for imposing both aesthetic quality and functionality in public infrastructure projects.
Feb 8, 2025, 9:04 PM UTC
The document outlines a comprehensive assessment of a water tank's condition, highlighting necessary repairs and upgrades to ensure compliance with various safety standards, including NFPA, OSHA, and AWWA regulations. Key recommendations include sealing and repairing the foundation to prevent water penetration, installing a new cathodic protection system, replacing corroded bolts and manways, and enhancing safety measures with updated signage and fall protection equipment. The report underscores the need for improved drainage solutions and ventilation systems, particularly on the roof and tank interior. A call for the removal of non-compliant components, such as the primary roof hatch, is also made, along with detailed observations of corrosion, pitting, and coating conditions. These evaluations are critical for ensuring the longevity and safety of the tank infrastructure, in alignment with federal and state maintenance guidelines, reflecting a proactive approach to facility management within government oversight contexts. Overall, the document serves to inform decision-making for necessary funding and action towards infrastructure upgrades.
Feb 8, 2025, 9:04 PM UTC
This document pertains to a federal Request for Proposals (RFP) and grant opportunities designed to improve community resilience and infrastructure adaptation in light of climate change. It outlines funding availability for state and local governments to develop comprehensive plans that foster sustainability. The key focus is on soliciting proposals that creatively address environmental challenges, particularly regarding water, energy, and waste management. Supporting details highlight eligibility criteria for applicants, which include municipalities, local partnerships, and non-profits with experience in sustainability projects. The RFP encourages interdisciplinary approaches and innovative solutions to enhance public awareness and involve community stakeholders. Important deadlines for proposal submissions and specific evaluation metrics to assess project feasibility and community impact are also detailed. Overall, the goal is to empower local entities to implement robust environmental strategies and resilience initiatives, ultimately contributing to a broader national effort targeting climate adaptation and mitigation.
The Unified Facilities Criteria (UFC) 3-570-01 outlines policies and design requirements for cathodic protection (CP) systems, which are crucial for preventing corrosion of buried or submerged metallic structures within Department of Defense (DoD) facilities. This document is applicable to all Army, Navy, and Air Force service elements and contractors, mandating compliance in construction, whether funded by appropriated funds, non-appropriated funds, or third-party financing. Key objectives include updating and unifying previous manuals, incorporating new technologies, and providing guidance for Project Design Engineers (PDEs) in managing CP design contracts. The UFC specifies mandatory CP for structures like petroleum pipelines, storage tanks, and utility piping, while also addressing systems requiring evaluation for CP. Furthermore, the document emphasizes the importance of proper planning, environmental considerations, and adherence to applicable codes and regulations when designing CP systems. The UFC serves as a living document, regularly updated to improve military construction standards and facilitate O&M practices to enhance infrastructure longevity and efficiency. Overall, it aims to ensure effective corrosion control, prolonging the life cycle of vital military structures while complying with stringent safety and environmental regulations.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Repair Valves/Hydrants Base Wide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair of Valves and Hydrants Base Wide project at Shaw Air Force Base in South Carolina. The project involves upgrading twenty-nine fire hydrants, including the removal of old hydrants, installation of new models with isolation valves, and compliance with fire safety codes, all within a timeline of 111 calendar days post-notice to proceed. This initiative is crucial for maintaining fire safety infrastructure and ensuring operational readiness at the base. Interested small businesses must submit their bids by May 12, 2025, at 2:00 PM EST, and can direct inquiries to SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
Well 3 & Well 5 Repair w/SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Well 3 and Well 5 at Shaw Air Force Base, incorporating SCADA automation systems. The project entails the installation of process equipment, control systems, and remote SCADA access, with a focus on compliance with various industry standards, including ANSI and AWWA. This initiative is crucial for modernizing water supply facilities and ensuring operational efficiency and safety at the base. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by May 20, 2025, and a site visit scheduled for April 18, 2025. Interested contractors can reach out to Darrel Ford at darrel.ford.3@us.af.mil or Felix Prose at felix.prose@us.af.mil for further inquiries.
Repair Well 3 and Well 5 with SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base, which includes the installation of SCADA (Supervisory Control and Data Acquisition) systems. The project requires the integration of process equipment and control systems, adhering to established guidelines and standards, including those from ANSI, AWWA, NEC, and UPC. This procurement is critical for ensuring efficient water supply management and operational reliability at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with bids due by May 20, 2025, and a site visit scheduled for April 18, 2025. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
Clean Diesel Fuel Tank
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the cleaning of a 10,000-gallon diesel fuel tank at Holloman Air Force Base in New Mexico. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to ensure the proper cleaning of the tank and its associated piping, adhering to environmental and regulatory standards for waste disposal. This one-time service is critical for maintaining facility safety and compliance, with a total contract value estimated at approximately $47 million. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit questions by May 1, 2025, and are encouraged to attend a site visit on April 30, 2025, at 10:00 AM. For further inquiries, contact Leonardo Dominguez at leonado.dominguez.1@us.af.mil or Barron Kartchner Ramos at barron.kartchnerramos@us.af.mil.
Repair of Sodium Hypochlorite Storage Tanks
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
500 Gallon Water Trailer
Buyer not available
The Department of Defense, specifically the U.S. Army at Fort Moore, Georgia, is soliciting proposals for the procurement of 500-gallon water trailers designed for potable water storage. These trailers must be constructed from 10-gauge Type 304L stainless steel, comply with NSF/ANSI 61 standards for safe drinking water, and include features such as double-walled insulation and various plumbing specifications. This procurement is particularly aimed at enhancing opportunities for Women-Owned Small Businesses (WOSB) while ensuring that the military receives essential equipment that meets stringent operational and safety standards. Interested vendors must submit their proposals electronically by April 30, 2025, and can direct inquiries to the contracting officer, LaShun Littleton, at lashun.m.littleton.civ@army.mil or by phone at 520-669-5267.
AJJW 25-1071M Repair Marbo BPS Tank 2, Wells 1 and 3
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Marbo Bulk Pumping Station (BPS) Tank 2 and Wells 1 and 3 at Andersen Air Force Base in Guam. The project entails significant upgrades, including the installation of a dual pump system, rehabilitation of the chlorination control room, and various repairs to ensure compliance with operational standards and environmental regulations. This initiative is crucial for maintaining reliable water supply infrastructure at the military installation, with an estimated contract value between $20 million and $100 million and a performance period of 800 calendar days. Interested HUBZone small businesses must submit their proposals electronically by May 30, 2025, and can direct inquiries to Francyn Salas at francyn.salas@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.
Repair Fire Hydrant by Bldg 22
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of a fire hydrant located by Building 22 at the Cheyenne Regional Airport in Wyoming. The project entails a supply purchase with installation, requiring the contractor to assess the hydrant's condition, execute necessary repairs, and ensure compliance with safety regulations. This procurement is particularly significant as it is set aside for small businesses, with a firm fixed price of $45 million for the contract, which is expected to be awarded by May 31, 2025. Interested contractors must submit their proposals by April 29, 2025, and can reach out to Christopher Davalos or Kristopher W Kahle for further information.
Wateree Cabin Office
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design and construction of a new log cabin office at the Lake Wateree recreational area in Camden, South Carolina. This project, known as the Wateree Cabin Office, requires the selected contractor to provide all necessary labor, materials, equipment, and services, following a design-build approach, with an estimated project value between $250,000 and $500,000. The cabin will serve as an essential facility for Shaw Air Force Base, emphasizing the importance of quality construction and adherence to specific design standards. Interested bidders must submit electronic bids through SAM.gov by May 29, 2025, with a site visit scheduled for May 25, 2025, and questions due by May 12, 2025. For further inquiries, contact Gregory Cooke at gregory.cooke@us.af.mil or Craig Davis at craig.davis.1@us.af.mil.