Reverse Osmosis System Preventive and Remedial Maintenance
ID: FA813224Q0042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

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 qualified small businesses to provide preventive and remedial maintenance for Reverse Osmosis Water Systems at Tinker Air Force Base in Oklahoma. The procurement requires contractors to deliver labor, equipment, and materials necessary for maintaining operational efficiency and safety, including regular inspections, timely repairs, and compliance with safety regulations. This maintenance is crucial for ensuring the reliability of water treatment systems that support the mission of the Oklahoma City Air Logistics Complex. Interested contractors must submit their quotes by August 28, 2024, with a total evaluated price of approximately $509,928, and can direct inquiries to Annita Wooten at annita.wooten@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive maintenance plan for various water treatment and filtration systems, primarily manufactured by Marlo Incorporated of Racine. It details maintenance requirements for specific equipment, including raw water booster pumps, multimedia and carbon filtration systems, reverse osmosis systems, and related chemical tanks and pumps. Key maintenance tasks include checking system functions, replacing media and filters as needed, conducting quarterly greasing of motor bearings, and annual UV lamp replacements. Each equipment section specifies replacement schedules, recommended cleaning procedures, and calibration frequencies to ensure optimal performance and compliance over time. This structured document serves as a guide for efficient upkeep of essential water processing operations, highlighting responsibilities crucial for operational integrity in governmental or municipal contexts.
    The solicitation FA813224Q0042, Amendment 1, issued by the Air Force Sustainment Center at Tinker Air Force Base, OK, seeks quotes for a Firm Fixed Price contract for preventive and remedial maintenance of Reverse Osmosis Water Systems. This solicitation is structured according to FAR regulations and is set aside exclusively for small businesses under NAICS Code 811310. Quotes must be submitted by August 28, 2024, and evaluated based on the lowest Total Evaluated Price (TEP) and the offeror's capability and experience. The TEP will factor in all maintenance line items, including optional extensions for services, while actual contract prices may be adjusted based on historical costs. Offerors must provide a capability statement, references from previous customers, and detailed pricing, demonstrating experience in industrial reverse osmosis systems and relevant qualifications. Contractors are expected to fulfill rigorous safety standards and provide ongoing documentation and invoicing through designated government processes. The government reserves the right to reject non-conforming bids and may conduct interchanges for clarification purposes. This solicitation underscores the focus on obtaining competitive pricing from qualified small businesses while ensuring compliance with federal contracting standards.
    The file details extensive maintenance requirements for a large-scale water treatment facility. The maintenance tasks are varied, covering components such as pumps, filters, and chemical tanks. The focus is on ensuring the optimal functioning of these systems, with frequent replacement and calibration of key components. Several water filtration and purification systems require attention, including reverse osmosis and carbon filtration units. The file also encompasses instructions for annual replacements, such as UV lamps, and outlines the expected lifespans of certain media, like carbon media and water softener resin. Alongside this, the document mandates regular inspections and maintenance for sensors, tanks, and motors across the facility. Notably, the file serves as a comprehensive guide to ensure the efficient operation and longevity of the water treatment equipment, emphasizing the importance of routine care to meet set standards.
    The document outlines maintenance requirements for a water treatment and purification system, with a focus on reverse osmosis (RO) processes. The procurement objective is to secure a maintenance contract for various pieces of equipment within a building's water treatment infrastructure. The scope of work includes standard pump and motor maintenance, replacement of filters, cartridges, and membranes, as well as calibration and cleaning of sensors, tanks, and other components. The contractor will be responsible for ensuring the proper functioning of the entire water treatment system, including reverse osmosis, multimedia filtration, carbon filtration, and water softening processes. Specific tasks mentioned include checking for proper function and error detection, replacing consumables and media at specified intervals, filling chemical tanks, and performing standard maintenance on pumps, motors, and related equipment. The contractor will also need to provide certain chemicals and materials, such as salt and specific buffer solutions. While contract details are not explicitly stated, the document implies a long-term maintenance agreement, given the varying intervals and expected lifespans of different components. Key dates and evaluation criteria are not outlined in this document, but it provides a comprehensive list of equipment and their respective maintenance requirements, serving as a detailed reference for vendors bidding on the maintenance contract.
    The document outlines the Performance Work Statement (PWS) for preventive and remedial maintenance of Reverse Osmosis Water Systems at Tinker Air Force Base. The contractor is responsible for providing labor, equipment, and materials necessary for maintenance to ensure operational efficiency and safety. Key tasks include performing scheduled preventive maintenance and as-needed remedial maintenance, managing parts and materials, and ensuring compliance with safety regulations. Specific requirements involve conducting regular inspections, timely repairs, and proper documentation of maintenance activities. Contractors must adhere to strict safety protocols and provide a qualified team with experience in industrial reverse osmosis systems. Environmental compliance is also emphasized, including hazardous material management and spill response procedures. The PWS includes performance assessment criteria and outlines the responsibilities of contractors and government personnel in case of incidents or violations. With an emphasis on quality assurance, the document establishes a framework for evaluating contractor performance and ensuring operational safety at Tinker AFB while supporting the mission of the Oklahoma City Air Logistics Complex (OC-ALC).
    This Performance Work Statement (PWS) outlines the requirements for a contractor to provide preventive and remedial maintenance services for reverse osmosis water systems at Tinker Air Force Base. The scope includes all labor, tools, equipment, materials, transportation, and inspection manuals necessary to maintain four reverse osmosis units in the cleaning and plating shops. The contractor must also supply personal protective equipment (PPE) for their personnel, including reflective clothing, eye and hearing protection, safety harnesses, and lifting equipment. Preventive maintenance (PM) will be scheduled once per year for each system, with the contractor providing a PM schedule within five business days of contract award. This maintenance will involve routine tasks such as refilling chemistry, changing filters, and ensuring proper function of equipment like membranes, pumps, and holding tanks. Membrane cleaning will be performed a minimum of two times per year, with the potential for up to four times annually, depending on water quality. Remedial maintenance (RM) will address any breakdowns or stoppages, with the contracting officer (CO) determining if RM work is within scope. When RM is required, the contractor will submit a work request form with an estimated cost, and upon approval, will have two business days to arrive on-site and begin work. The contractor will use only new parts and materials unless otherwise authorized by the CO. The contractor will provide service reports after each maintenance activity, detailing the work performed, parts used, labor costs, and a performance check to ensure the equipment is functioning properly. The government reserves the right to increase or decrease the number of reverse osmosis tanks by 25% during the contract. The contractor must have a minimum of five years of experience with industrial reverse osmosis systems and comply with all safety, environmental, and security regulations, including providing training for their personnel on these topics. The contractor will also be responsible for tool control and accountability, ensuring no foreign object damage (FOD), and complying with all driving and vehicle operation regulations on the base. The PWS includes a detailed performance assessment section, listing specific performance objectives, corresponding paragraphs in the PWS, and performance thresholds that the contractor must meet or exceed. Finally, the document outlines government-furnished property and services, such as security, fire protection, refuse collection, and workspace access.
    The "Reverse Osmosis PM RM Contract Renewal" outlines safety requirements for contractors at Tinker Air Force Base (AFB). The primary focus is on ensuring a safe work environment, emphasizing personal responsibility among all personnel, including military, civilian, and contractors, to identify and address hazards. The document mandates that contractors develop a comprehensive Safety and Health Plan, which must be approved before any on-site work begins. Contractors are responsible for adhering to federal, state, and local safety regulations, particularly OSHA standards. Key requirements include training personnel on safety protocols, regular inspections of work sites, reporting accidents or health incidents, and maintaining records of injuries and hours worked. A system for tracking safety deficiencies and addressing regulatory agency inspections is also required. Overall, the document reinforces the importance of safety as a shared responsibility and establishes rigorous protocols to protect the health and safety of all individuals on the site while fulfilling contractual obligations.
    The Tinker Air Force Base in Oklahoma intends to award a Firm-Fixed-Price (FFP) contract for preventive and remedial maintenance services for their reverse osmosis water systems. This is a combined synopsis and solicitation, with quotes requested for a performance period of five years, including the base year and four option years. The NAICS code is 811310, and the procurement is set aside for small businesses. The main objective of this procurement is to obtain a contractor who can provide all necessary labor, tools, equipment, materials, and expertise to perform preventive and remedial maintenance on 76 reverse osmosis water systems at the base. The scope of work includes ensuring the proper functioning of the systems and addressing any maintenance issues that arise. Regarding specifications, the contractor must provide personal protective equipment (PPE), reflective clothing, eye and hearing protection, safety harnesses, and any other necessary incidentals. The labor rate for remedial maintenance is a key factor, with an estimated 60 hours of remedial maintenance per year. The contract type is Firm-Fixed-Price, and quotes are due by August 14, 2024, at 12:00 PM CDT. The evaluation criteria consist of two factors: the lowest total evaluated price (TEP) and offeror capability and experience, which is pass/fail. The TEP includes the sum of all contract line item numbers (CLINs) for the base and option years, with an additional six-month extension of services calculated by the government. The total contract value is not specified, but it will include the base year and four option years, each with its own pricing for preventive and remedial maintenance. The actual contract price will be higher than the TEP due to additional funding for labor, materials, and miscellaneous costs. Key dates include the quote submission deadline of August 14, 2024, and the estimated contract start date of September 1, 2024. The evaluation criteria focus on price and offeror capability and experience. The government will assess the completeness of quotes, price reasonableness, price realism, unbalanced pricing, and the offeror's capability and experience document. The government reserves the right to conduct interchanges with offerors if necessary.
    The document provides a Wage Determination under the Service Contract Act for the state of Oklahoma, specifically covering Comanche and Cotton counties. It outlines the minimum wage requirements for various occupations, citing Executive Orders 14026 and 13658. For contracts signed after January 30, 2022, a minimum wage of $17.20 per hour is mandated. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90 per hour. The document categorizes numerous job titles and respective wage rates, indicating mandatory fringe benefits and requirements for paid sick leave under Executive Order 13706. Furthermore, it specifies additional compliance for contractors, including health and welfare benefits and vacation entitlements. The document also details the conformance request process for any unlisted job classifications. Overall, it emphasizes adherence to wage standards and employee protection measures in federally funded contracts, thus aiding in maintaining equitable labor practices. This wage determination is vital for government RFPs, federal grants, and local contracts, ensuring that contractors comply with established labor guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tank Farm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for a Firm Fixed Price Contract for Tank Farm Maintenance at Tinker Air Force Base in Oklahoma. The procurement involves providing preventative and remedial maintenance for 20 pieces of equipment, ensuring compliance with API and ASME standards, and adhering to stringent safety and operational protocols. This maintenance is critical for the safe management of hazardous materials, particularly in relation to hydrogen storage and handling, reflecting the government's commitment to safety and operational efficiency. Interested contractors must submit their quotes by October 29, 2024, with the contract expected to commence on November 13, 2024. For further inquiries, contact Carol D. Castle at carol.castle@us.af.mil or call 405-761-0317.
    Plating Tank Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is seeking proposals for Plating Tank Repair Services under a Firm Fixed Price contract. The procurement aims to establish a five-year service contract for the repair and maintenance of plating tanks, with contractors required to ensure rapid response to equipment malfunctions, timely repairs, and compliance with safety and environmental regulations. This service is crucial for maintaining operational efficiency and reliability of plating tanks used in various industrial processes. Interested small businesses must submit their quotes by October 30, 2024, and can direct inquiries to Cory Rainey-Hedrick or Marc J. Kreienbrink via their provided email addresses.
    Plasma Spray Booth Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking bids for Plasma Spray Booth Cleaning Services under Solicitation FA813224Q0054. The contract requires comprehensive cleaning services for plasma spray booths and associated dust collectors, ensuring compliance with manufacturer specifications and safety regulations, with a focus on maintaining a safe work environment. This procurement is a total small business set-aside, with a site visit scheduled for October 10, 2024, and quotes due by October 16, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can contact Margaret King or Jennifer Azbill for further information.
    Multiple Award Construction Basic Ordering Agreement Annual Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a Multiple Award Construction Basic Ordering Agreement (MACB) at Tinker Air Force Base (TAFB) in Oklahoma. The procurement encompasses a variety of construction projects, including repairs, renovations, and installations, with estimated costs ranging from $100,000 to $10 million, depending on the specific project. These projects are crucial for maintaining and upgrading the facilities at TAFB, ensuring operational readiness and safety. Interested contractors can reach out to Sara Hinds at sara.hinds.2@us.af.mil for further details and to express their interest in participating in this opportunity.
    Repair of B-52 Flow Control Sensor Venturi Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is planning to procure repairs for the B-52 Flow Control Sensor Venturi Valve. This indefinite delivery indefinite quantity (IDIQ) contract will encompass comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valve to a like-new condition, with a minimum and maximum of six units every thirty days over a five-year period. The procurement is vital for maintaining the operational readiness of military aircraft systems and ensuring compliance with regulatory standards. Interested vendors must submit a Source Approval Request if not previously qualified and are encouraged to reach out for technical data via email; the solicitation is expected to be issued around October 8, 2024, with inquiries directed to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
    Mettler Toledo Titration Systems Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of Mettler Toledo Titration Systems at Robins Air Force Base in Georgia. The procurement involves providing all necessary labor, parts, materials, tools, and travel for preventative maintenance and repairs, with a focus on compliance with manufacturer specifications and the use of OEM-certified personnel. These systems are critical for the operations of the Chemical Flight Laboratories, where any instrument failures could significantly disrupt workflow. Interested contractors should note that this is a sole source solicitation directed to Mettler-Toledo, Inc., with a contract period of one year starting November 8, 2024, and options for two additional years. For further inquiries, potential bidders can contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or Claudette Macneil at claude.macneil@us.af.mil.
    REMANUFACTURE OF F-15 SERVOCYLINDER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the remanufacture of F-15 servocylinders at Tinker Air Force Base in Oklahoma. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the components to "like-new" condition, adhering to stringent quality control and safety regulations. This opportunity is critical for maintaining the operational readiness of the F-15 weapon system, emphasizing the importance of compliance with federal standards and documentation protocols. Interested vendors should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, noting that this is a Sources Sought notice with no immediate contract award or funding allocated.
    NADCAP Assessment and Audit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide NADCAP Assessment and Audit services at Tinker Air Force Base in Oklahoma. The contractor will be responsible for conducting an Annual NADCAP Pre-Audit and Pre-Assessment, which includes delivering training courses on chemical processing and generating detailed reports on audit deficiencies. These services are critical for ensuring compliance with heat treatment and chemical processing specifications, thereby maintaining operational readiness within military logistics. Interested parties must submit their quotations by October 14, 2024, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Ysabel Mireles at ysabel.mireles@us.af.mil or Tiwana Burdex at tiwana.burdex@us.af.mil.
    Water Testing & Treatment Service
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    Peterson and Cheyenne Mountain Oil & Water Separators (OWS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide management and maintenance services for Oil/Water Separators (OWS), sand sediments, grease traps, and septic tanks at Peterson Space Force Base and Cheyenne Mountain Space Force Station in Colorado. The procurement requires contractors to inspect, pump, clean, and remove waste from these systems while adhering to all applicable federal, state, and local regulations, including OSHA standards. This initiative is crucial for maintaining environmental compliance and operational readiness at the Space Force bases, ensuring safe and effective waste management practices. Interested contractors must submit capability statements by October 16, 2024, and should contact Philip Choate at philip.choate.1@spaceforce.mil or 719-556-0661 for further information.