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 aims to ensure operational efficiency and safety through scheduled maintenance and timely repairs, with contractors responsible for labor, equipment, and materials necessary for compliance with safety regulations. This maintenance is critical for the effective functioning of water treatment systems, which play a vital role in supporting 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 contact Annita Wooten at annita.wooten@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil for further information.

    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
    StingRay 6048 Parts Washer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure two StingRay 6048 Parts Washers for Tinker Air Force Base in Oklahoma. This procurement is a total small business set-aside and emphasizes the need for brand-name compliance to ensure standardization and operational efficiency among the 206 operators and 13 mechanics currently in training. The selected contractor will be responsible for providing installation support, performance verification, and training for personnel, with a focus on maintaining safety and compliance with environmental regulations. Quotes are due by March 19, 2025, and interested parties should contact Annita Wooten at annita.wooten@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil for further information.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically 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, as well as hydrostatic testing of various fire suppression systems, requiring contractors to adhere to OEM specifications and maintain comprehensive service documentation. This opportunity is critical for ensuring operational safety and compliance with federal regulations regarding fire safety equipment. 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.
    Chem Water Controller Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to perform repairs on the Chem Water Controller systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the replacement of water treatment systems across four designated buildings, with strict adherence to safety, environmental, and operational regulations throughout the process. This procurement is crucial for maintaining the functionality and compliance of essential water systems within the military installation. Interested small businesses must contact Elisa Montoya at elisa.montoya@us.af.mil or 520-228-2377 for further details, as this opportunity is set aside for total small business participation under SBA guidelines.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    Oil Water Separators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide oil water separator (OWS) services at Peterson Space Force Base (PSFB) and Cheyenne Mountain Space Force Station (CMSFS). The procurement involves comprehensive management of waste systems, including inspection, cleaning, and maintenance of oil/water separators and septic tanks, adhering to federal and OSHA standards. These services are crucial for environmental compliance and operational efficiency, ensuring the bases maintain their environmental integrity while fulfilling their mission requirements. Interested contractors must submit their quotations by March 21, 2025, and can contact Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil for further information.
    Industrial Heating and Cooling Water Treatment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Industrial Heating and Cooling Water Treatment services at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. The procurement aims to engage qualified contractors to provide comprehensive water treatment services that protect HVAC systems from corrosion and biological fouling, ensuring operational efficiency and compliance with safety standards. This contract, valued at approximately $41 million, will follow a Firm Fixed Price structure for a base year with the potential for four additional option years, emphasizing the importance of maintaining essential infrastructure at military installations. Interested parties should direct inquiries to Latisha Bourdeau at latisha.bourdeau.1@us.af.mil or Melody Ciulo at melody.ciulo@us.af.mil, with proposals due by March 2025.
    Boiler Restoration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a Boiler Restoration project located in Carlton Landing, Oklahoma. The procurement is a Total Small Business Set-Aside, aimed at engaging small businesses in the plumbing, heating, and air-conditioning sector to perform maintenance, repair, and rebuilding of plumbing and heating equipment. This project is critical for ensuring the operational efficiency and safety of the facilities involved. Interested contractors can reach out to Scott Swain at scott.swain.2@us.af.mil or Kelsey L. Brightbill at kelsey.brightbill@us.af.mil for further details regarding the opportunity.
    CMM Hexagon Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of a Hexagon Global Advantage 9.12.8 Coordinate Measurement Machine (CMM) at Tinker Air Force Base in Oklahoma. The contractor will be responsible for addressing a malfunction of the PH10-C controller, which includes replacing defective components and providing on-the-job training to staff, while adhering to strict safety and environmental regulations. This procurement is critical for maintaining operational integrity and safety at the facility, ensuring that the CMM functions effectively for precision measurements. Interested parties must submit their proposals by March 11, 2025, at 2:00 p.m. CST, and are encouraged to contact Brian Eakers at brian.eakers@us.af.mil or Keith Russ at keith.russ@us.af.mil for further information.
    Commercial Items for 3k Tactical Water Purification System
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking industry input through a Request for Information (RFI) for the procurement of a new 3k Tactical Water Purification System (TWPS). This system is intended to produce potable water from various sources, including those contaminated with chemical, biological, radiological, and nuclear (CBRN) agents, and will replace an outdated unit that has been in service for over thirty years. The procurement aims to secure high-volume commercial items, including military hardware, electrical components, and water pumps, with potential orders exceeding 10,000 units and a total value of up to $75 million over five years. Interested vendors must submit their capabilities and relevant information electronically by March 14, 2025, and can direct inquiries to Aiden Witt at aiden.b.witt.civ@army.mil or Emily McGill at emily.c.mcgill.civ@army.mil.
    Starline Busway
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking procurement for the Starline Busway project at Tinker Air Force Base in Oklahoma. This opportunity involves the acquisition of specific electrical components, including busway straight sections, circuit breaker units, and installation tools, which are critical for enhancing the electrical infrastructure and operational capabilities of the Air Force. The procurement emphasizes the necessity of brand-name components to avoid significant conversion costs and integration challenges, ensuring compatibility with existing systems. Interested vendors must submit their quotations by March 21, 2025, and can contact Alicia McGill at alicia.mcgill@us.af.mil or Keith Russ at keith.russ@us.af.mil for further information.