Oil Sample Testing PSFB
ID: SmithOIlSampleType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the United States Space Force, is soliciting quotes for oil sample testing services at Peterson Space Force Base in Colorado. This procurement aims to conduct tests on 190 transformers and 5 switches to analyze the insulating oil's condition, adhering to ASTM and IEEE standards, and ensuring compliance with safety regulations. The selected contractor will play a crucial role in maintaining the operational integrity of critical infrastructure by assessing the performance of electrical equipment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by 12:00 PM (MT) on February 25, 2025, with a requirement for a valid quote for 60 days post-submission. For further inquiries, potential bidders can contact Aaron Smith at aaron.smith.103@spaceforce.mil or 719-556-9087.

    Files
    Title
    Posted
    The Statement of Work (SOW) for oil sample testing at Peterson Space Force Base (PSFB) outlines the requirements for conducting tests on 190 transformers and 5 switches within a 90-day period. The purpose of the testing is to analyze the insulating oil, utilizing Dissolved Gas analysis to assess its condition, including dielectric strength, moisture content, and potential contaminations that may affect the performance of the equipment. Contractors must adhere to ASTM and IEEE standards, coordinate with designated officials to schedule outages, and ensure safe handling of potentially hazardous materials in compliance with regulations. The document emphasizes the need for effective communication with the Electrical Shop Foreman and Project Manager for scheduling and access, details operational guidelines, and mandates a complete report on the findings after testing. Qualified contractors must have a license in Colorado and at least five years of relevant experience. The work hours are stipulated, and any access to the worksite requires prior authorization. This SOW represents a structured approach to maintaining and assessing the health of critical infrastructure, reflecting the government's commitment to operational safety and compliance.
    The government file details a comprehensive outage plan related to transformer and switch operations across various facilities. Each section outlines specific tasks, encompassing details such as the number of transformers involved, the sources of outages, and the impacted facilities. It emphasizes the necessity for coordination with various stakeholders due to unique requirements, especially for medical facilities and critical infrastructure like air traffic control towers. Special attention is required for operations that affect traffic lights and Child Development Centers, which are time-sensitive and necessitate weekend scheduling. The document includes a series of tasks numbered consecutively, each prescribing a general timeframe for completion. It highlights the complexities involved in executing these outages and monitoring the condition of transformers, reflecting the importance of effective planning and communication in maintaining operational integrity and safety across multiple locations. Overall, the document serves as a strategic framework for executing essential maintenance while minimizing disruptions to critical services.
    This document outlines the requirements and clauses for federal contracts associated with RFPs (Requests for Proposals), federal grants, and state and local RFPs. Key components include various clauses regarding employee rights, cybersecurity measures, representation regarding business operations with specific regimes, and compliance requirements for contractors. Crucially, the document emphasizes the electronic submission process for payment requests via the Wide Area Workflow (WAWF) system. It specifies the conditions for small business certifications under different categories, including veteran-owned and women-owned small businesses, along with necessary disclosures related to corporate responsibility, tax liabilities, and compliance with federal laws concerning trade agreements and environmental regulations. Through these detailed provisions, the document aims to establish transparent and equitable contract opportunities while ensuring compliance with statutory and regulatory responsibilities, defining the ethical standards required for engagement in government contracts. These measures underpin the government's commitment to promoting fair competition and integrity within its procurement processes.
    The United States Space Force is soliciting quotes for oil sample testing services at Peterson Space Force Base, Colorado, under solicitation FA251725Q0029. This request is aimed exclusively at Service Disabled Veteran Owned Small Businesses, with a NAICS code of 811210 for Electronic and Precision Equipment Repair and Maintenance, featuring a size standard of $34 million. The Government emphasizes that funds are currently unavailable, and no awards will be made until financial resources are secured. Quoters must submit a quote comprising two parts: a price quote detailing unit and total prices alongside guaranteed lead times, and technical documentation demonstrating relevant experience per the attached Statement of Work. Quotes are to be submitted by 12:00 PM (MT) on February 25, 2025, and must be valid for 60 days post-submission. The evaluation process will first assess the lowest four quotes for technical acceptability before ranking them by price. A firm-fixed price contract will be awarded to the responsible offeror whose proposal is most advantageous to the Government after confirming compliance with both price and technical criteria. This solicitation underscores the Government's commitment to supporting veteran-owned businesses and maintaining high standards for technical services.
    Lifecycle
    Title
    Type
    Oil Sample Testing PSFB
    Currently viewing
    Solicitation
    Similar Opportunities
    Sources Sought - Shop Floor Lift Installation
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential contractors for the installation of three shop floor lifts. This procurement is part of market research aimed at informing future installation projects, with a focus on compliance with federal, state, and local safety standards. Interested vendors must respond by February 20, 2025, providing feedback on the suitability of the NAICS code 238210, warranty details, and project timelines, as this opportunity is crucial for enhancing operational capabilities at the Space Force Base. For inquiries, interested parties can contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or 719-556-0609, or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or 970-688-8081.
    Building 2024 LPS Repairs
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking qualified contractors for the repair of the Lightning Protection System at Building 2024. The project entails replacing four damaged air terminal masts and ensuring compliance with relevant codes, environmental mandates, and safety standards, with a contract duration estimated at 7 calendar days. This initiative is crucial for maintaining safety and regulatory compliance in federal facilities, emphasizing the importance of environmental responsibility in the contracting process. Interested small businesses must respond to the Sources Sought Notice by February 20, 2025, providing details on their capabilities, experience, and certifications, with inquiries directed to Aaron Smith at aaron.smith.103@spaceforce.mil or Ashton Smith at ashton.smith.4@spaceforce.mil.
    Buckley SFB Program Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Program Management Services at Buckley Space Force Base in Aurora, Colorado. The contract, designated as FA254325Q0005, aims to provide comprehensive program management support, including maintenance for facility utilities and dorm maintenance, with a total award amount of $25,500,000 over a performance period from March 30, 2025, to September 29, 2030. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including labor standards and subcontracting limitations. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Anna Mallett at anna.mallett@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil.
    Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) Request for Information (RFI)
    Buyer not available
    The United States Space Force (USSF) is seeking vendor information through a Request for Information (RFI) for the Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) to develop and operate infrastructure supporting OTTI ranges. The RFI aims to identify potential contractors capable of meeting specific requirements related to infrastructure design, facilities development, network infrastructure, integration, and IT services, with a minimum facility clearance of TOP SECRET required for submissions. This initiative is crucial for enhancing the operational capabilities of the USSF, reflecting the government's ongoing commitment to improving defense infrastructure. Interested vendors must submit their contact details by February 21, 2025, to the designated points of contact, Ashley Irizarry and Brittany Butler, with late submissions potentially being disregarded.
    Schriever Vehicle Barriers Maintenance and Repair (VB M&R) Services
    Buyer not available
    The Department of Defense, through the U.S. Space Force, is seeking proposals for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Schriever Space Force Base in Colorado. The procurement aims to secure comprehensive maintenance, inspections, and minor repairs for various vehicle barrier systems, ensuring their operational readiness and compliance with federal standards. These services are critical for maintaining security and safety at military installations, reflecting the government's commitment to effective infrastructure management. Interested vendors must submit their proposals, including technical and past performance documentation, by the specified deadlines, with inquiries directed to Linda A. Cummings at linda.cummings@spaceforce.mil or by phone at 719-567-5758.
    Portable Cabin Pressure Testers
    Buyer not available
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking quotations for the procurement of two portable cabin pressure testers under the solicitation number W50S6V24Q0007. The contract is a firm-fixed-price agreement set aside for small businesses, requiring the selected contractor to provide identical testers from the same brand to ensure a cohesive maintenance service plan. These testers are critical for Agile Combat Employment environments, emphasizing the importance of operational readiness and safety in aviation contexts. Interested vendors must submit their quotes via email, adhering to federal procurement regulations, with a deadline for questions and submissions outlined in the RFQ. For further inquiries, potential bidders can contact the 140th Contracting Office at 720-847-9498 or via email at 140.WG.MSC@us.af.mil.
    Laboratory Analysis of Lube Oil and Coolant
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a federal contract focused on the laboratory analysis of lube oil and coolant to ensure the operational readiness of its vessels. The contractor will be responsible for testing up to 100 samples daily, adhering to ASTM, ISO, and API standards, and providing a user-friendly online database for data management, with an emphasis on early detection of lubrication issues. This contract is critical for maintaining machinery performance and safety, reflecting the government's commitment to effective maintenance strategies within its Conditions Based Maintenance framework. Proposals are due by February 24, 2025, with the project period extending from March 11, 2025, through March 10, 2030, and interested parties can contact Seth Andrew at seth.a.andrew@uscg.mil for further information.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    Elmendorf AFB FY25 CMP Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection of fuel tanks at Joint Base Elmendorf-Richardson in Alaska, under the title "Elmendorf AFB FY25 CMP Tank Inspection." The procurement involves comprehensive inspection services, including internal evaluations, compliance with API standards, and the necessary reporting to ensure environmental safety and operational readiness of the fuel storage facilities. This contract is particularly significant as it aligns with federal regulations governing petroleum storage and environmental protection, emphasizing the importance of maintaining the integrity of military assets. Interested contractors, especially those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by February 19, 2025, and can direct inquiries to Tony Manna at tony.j.manna@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil.
    59--TRANSFORMER,POWER A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 44 units of the Power Transformer (NSN 5950009099306). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and an estimated seven orders per year, with a guaranteed minimum quantity of six. The transformers are critical components in various electrical and electronic equipment applications, and the items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.