1M Gallon Potable Water Tank Rehabilitation
ID: FA489725B0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 CONS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is soliciting bids for the rehabilitation of a one-million-gallon potable water tank located at Mountain Home Air Force Base in Idaho. The project aims to address coating failures and corrosion to ensure the tank's structural integrity and compliance with potable water safety standards, requiring contractors to follow detailed specifications outlined in the Statement of Work. This rehabilitation is critical for maintaining operational reliability and safety of the water supply at the base. Interested small businesses must submit their bids via email by August 20, 2025, at 10:00 AM MDT, and can direct inquiries to Matthew L. Fox or Chance S. Daisy at the provided contact information. The estimated contract value is between $100,000 and $250,000.

    Files
    Title
    Posted
    The document outlines the Statement of Work for the rehabilitation project of a 1-million-gallon potable water storage tank at Mountain Home Air Force Base, scheduled to begin by June 10, 2025. The contractor will address identified issues such as coating failures, corrosion, and structural deficiencies that threaten the tank's integrity and safety standards. The project aims to ensure operational readiness and extend the tank's service life, vital for base operations. The contractor must submit detailed material options, a work plan, and a disinfection plan compliant with safety and environmental regulations before commencing work. Submittals must be provided within specific timelines post-notice to proceed (NTP). The contractor is also required to adhere to various technical standards and certifications, ensuring that all materials and processes meet federal and state guidelines for potable water systems. Regular reports to the contracting officer are necessary for tracking progress and compliance. This project reflects the government's commitment to maintaining critical infrastructure and ensuring public safety standards in military operations.
    Midco Diving & Marine Services, Inc. conducted a cleaning and inspection of Building 1408 Reservoir at Mountain Home AFB on November 2, 2024. The inspection, performed by a surface-supplied commercial air diver using high-definition video and live communication, found the reservoir in overall good condition. Key findings included areas of coating failure with corrosion on both the exterior and interior, a light skiff of sediment inside, and
    Midco Diving & Marine Services, Inc. conducted a visual and video inspection of the Building 1408 Reservoir at Mountain Home Air Force Base (AFB) on November 2, 2024. The inspection confirmed that the reservoir is generally in good condition, though several maintenance issues were noted, including areas of coating failure with corrosion, daylighting in the roof, and a light accumulation of sediment. Inspection procedures adhered to strict guidelines established by relevant regulatory bodies such as OSHA and the U.S. Army Corps of Engineers. Recommendations for future actions include investigating the daylighting issue, making epoxy repairs, and performing cleaning and inspections every three years. The report highlights the importance of maintaining water storage tank integrity to prevent contamination and ensure safety, reflecting the government's standards for facility management and compliance with drinking water regulations. Overall, the findings underscore ongoing needs for maintenance and potential improvements in line with best practices in public health and safety standards.
    The “Temporary Environmental Controls” document outlines the Environmental Protection Plan (EPP) for construction activities at MHAFB, emphasizing compliance with federal, state, and local environmental regulations. It defines key terms like hazardous waste, solid waste, and environmental pollution, and details extensive requirements for environmental protection, including adherence to the installation's Environmental Management System (EMS). The plan mandates various submittals such as preconstruction surveys, regulatory notifications, and detailed waste management reports. It establishes the role of an Environmental Manager, training requirements for personnel, and procedures for managing natural resources, stormwater, air quality, cultural resources, and all types of waste (hazardous, solid, universal, and electronic). The document also prohibits certain activities like burning and emphasizes waste minimization through salvage, reuse, and recycling. It provides specific instructions for spill response, permits, and maintaining environmental records, ensuring comprehensive environmental compliance throughout the project lifecycle.
    The Environmental Protection Plan (EPP) outlines requirements for temporary environmental controls during construction projects at Mountain Home Air Force Base. It emphasizes compliance with various federal and state regulations concerning hazardous waste management, stormwater discharges, and protection of natural resources. The document defines key terms related to waste management, such as hazardous waste, solid waste, and universal waste, while underscoring the contractor's responsibilities for environmental compliance throughout the project lifecycle. The EPP details mandated submittals and qualifications for environmental personnel, along with reporting obligations, such as solid waste management reports and inspection documentation. Specific strategies include minimizing environmental impact, managing waste, and ensuring employee training in hazardous material handling. Furthermore, the plan addresses the protection of cultural and historical resources and highlights the importance of implementing best management practices for stormwater pollution prevention. In conclusion, the EPP serves as a comprehensive guideline for environmentally responsible construction practices, safeguarding public health and ecological integrity while fulfilling regulatory requirements.
    This government file, "General Decision Number: ID20250020 02/07/2025," is a wage determination for building construction in specific Idaho counties (Adams, Elmore, Payette, Valley, and Washington). It outlines prevailing wage rates and fringe benefits for various construction trades, including bricklayers, electricians, ironworkers, laborers, plumbers, roofers, sheet metal workers, carpenters, cement masons, insulators, general laborers, heavy equipment operators, painters, and truck drivers. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), which mandate minimum wage rates for federal contracts, and Executive Order 13706 regarding paid sick leave. It also provides detailed instructions on how to interpret union, union average, survey, and state-adopted rate identifiers, and outlines the appeals process for wage determination matters, including contacts for initial decisions and review requests.
    The document outlines the wage determination for construction contracts in Idaho, governed by the Davis-Bacon Act, specifically for projects in Adams, Elmore, Payette, Valley, and Washington counties. It specifies minimum wage rates that contractors must pay workers based on the executive orders in effect. Contracts initiated or extended after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, demand $13.30 per hour unless a higher rate is applicable. The document provides detailed wage rates for various classifications including bricklayers, electricians, and laborers, indicating both hourly rates and fringe benefits. Additionally, it outlines compliance requirements under Executive Orders regarding paid sick leave, highlighting protections for workers. The document also includes the appeals process for wage determination disputes and classification additions. Ultimately, this wage determination serves to ensure fair labor standards and remuneration in federally funded construction projects, reflecting a commitment to worker rights and protections in the construction sector.
    This document addresses contractor questions regarding an RFP for exterior restoration of a water tank (Building 1408). Key points include: as-built drawings will be provided post-award; surface preparation requires spot cleaning/priming for damaged undercoats; any NSF/ANSI 61-compliant coating products are acceptable; the tank must remain operational throughout the project. OSHA standards apply for work at height and confined spaces, with no base-specific protocols. Davis-Bacon wages refer to Solicitation Attachment “DBA WD – Building – ID20250020.” Bid guarantees can be firm commitments (e.g., bid bond, certified check), and performance/payment bonds are submitted post-award. The project strictly covers exterior painting/repairs; no interior work is required. Lead paint testing is unnecessary as the tank's construction age (2002-2003) indicates no lead-based paint. The site visit on July 30, 2025, was not a prerequisite. Written transcripts of project-related discussions are due within 10 working days, extended from 5. The 100-calendar-day performance period from NTP acknowledges potential weather interruptions, with work proceeding continuously when feasible.
    This government solicitation (FA489725B0010) is an Invitation for Bid (IFB) issued by the US Air Force (FA4897) for the rehabilitation of a one-million-gallon potable water tank at Mountain Home AFB, ID. The project, titled "1M Gallon Potable Water Tank Rehab," falls under NAICS 237110 (Construction) and is a 100% small business set-aside. The contractor must commence work within 10 calendar days of receiving notice to proceed and complete it within 100 calendar days. The solicitation outlines detailed requirements for performance and payment bonds (100% of contract price), electronic payment via Wide Area WorkFlow (WAWF), and adherence to various FAR and DFARS clauses, including Buy American provisions for construction materials (requiring domestic materials unless exceptions apply) and limitations on subcontracting for small businesses.
    This document is an amendment to solicitation FA489725B0010, issued by FA4897 366 CONS LGCP, located at Mountain Home AFB, ID. The amendment, number 0001, was effective on August 5, 2025. Its primary purpose is to incorporate new attachments related to the "Water Tank Exterior Restoration - Bldg 1408" project. Specifically, it adds "SOW - Water Tank Exterior Restoration - Bldg 1408 Rev02 - 5Aug25," "Image - Water Tank Paint Color," and "RFIs - FA489725B0010 - 5Aug25," while deleting the previous version of the Statement of Work. The document outlines procedures for acknowledging receipt of amendments by offerors and notes that all other terms and conditions of the original solicitation remain unchanged. This modification ensures that all parties have the most current project information for the water tank restoration.
    This document is Amendment 0002 to Solicitation FA489725B0010, issued by the United States Air Force. The amendment, effective August 8, 2025, extends the bid due date for the Water Tank Exterior Restoration - Building 1408 project from August 13, 2025, to August 20, 2025, at 10:00 AM MDT. It also updates the Statement of Work (SOW) to Rev03, dated August 7, 2025, replacing the previous Rev02. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. The amendment details administrative changes and modifications to attachments, including an updated attachment date and number for the ID - Mountain Home AFB - Building 1408 document.
    The document is a solicitation for a project to rehabilitate a one-million-gallon potable water tank at Mountain Home Air Force Base, Idaho. This Request for Proposal (RFP) outlines the requirements for contractors interested in submitting their offers, specifying that performance must begin within a set timeframe and be completed within 100 calendar days. The solicitation emphasizes the need for performance and payment bonds and includes a detailed Statement of Work (SOW) delineating the materials and standards to be adhered to during the project. Key elements of the solicitation include requirements for sealed bids, guarantee submissions, and strict adherence to work specifications, with failure to meet deadlines resulting in bid rejection. Additionally, the offer includes regulations on subcontracting limits aimed at ensuring that the awarded contract maintains aspects of small business participation. The document serves as a formal invitation for qualified contractors to compete for federal funding aimed at infrastructure improvement, reflecting the government's commitment to ensuring quality and compliance in construction within the defense sector. Compliance with federal regulations, safety standards, and financial oversight mechanisms is integral to the proposal process, reinforcing the overall objective of enhancing public service utility infrastructure.
    This Statement of Work outlines the requirements for rehabilitating the 1-million-gallon potable water storage tank (Building 1408, Structure 8076) at Mountain Home AFB. The project addresses coating failures and corrosion to ensure the tank's structural integrity, operational reliability, and compliance with safety standards. The scope includes surface preparation, coating system repair, and overcoat/finish coat application. The contractor must provide material submittals, a detailed work plan, and a contamination containment plan for government approval within specified timelines. Key personnel must have relevant experience and certifications (OSHA 30, NACE Level 1). The project has a 100-calendar-day performance period from the Notice to Proceed and must comply with numerous technical criteria and standards, including AWWA, UFC, CFR Title 29, and SSPC. Submittals are to be sent to the 366 CES PM and Contracting Officer, and a 1-year commercial warranty is required.
    The Statement of Work outlines the repair project for the 1-million-gallon potable water storage tank (Building 1408, Structure 8076) at Mountain Home AFB, dated August 7, 2025. The project aims to rehabilitate the tank to address coating failures and corrosion, ensuring structural integrity, operational reliability, and compliance with potable water safety standards. The scope includes surface preparation (pressure washing, spot preparation per SSPC SP3), coating system repair (prime and intermediate coats per SSPC-PS 27 and SSPC-PS 101), and an overcoat/finish coat for the entire tank (per SSPC-PS 101). The contractor must submit material data sheets, vendor information, and installation instructions for all materials. Additionally, a detailed work plan and a contamination containment plan are required. The work plan must include a project timeline, detailed steps for surface preparation and coating application, containment measures, crew identification with experience and certifications (OSHA 30, NACE Level 1), and safety protocols. The contamination containment plan must outline steps to prevent potable water contamination. Submittals are due within specific timelines: material submittals 14 days before work, and the project schedule, work plan, and contamination containment plan 7 days after the Notice to Proceed (NTP). The period of performance is 100 calendar days from NTP. The project must comply with numerous technical criteria and standards, including AWWA, UFC, CFR Title 29, IDAPA, NSF CAN 61/600, SSPC, and AFI standards. General requirements include submitting documentation to the 366 CES PM and Contracting Officer, providing written reports, adhering to Attachment 3 environmental controls, and supplying a 1-year commercial warranty. All work must be authorized in writing by the Contracting Officer, and all computer media must be virus-free.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Offutt Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Fire Alarm System Replacement, Mountain Home AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for design-build services to replace the outdated fire alarm system at the Sagebrush Inn, Building 2320, located at Mountain Home Air Force Base in Idaho. The project requires the installation of a new addressable fire alarm system, including a comprehensive design, hazardous material surveys, and construction services, all in compliance with Unified Facility Criteria and relevant safety codes. This upgrade is critical to ensure the safety of the facility, which currently violates fire code requirements due to the lack of available replacement parts for the existing system. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to primary contacts Cameron Smith and Taylor Inman via the provided email addresses. The estimated contract value ranges from $1 million to $5 million, with a performance period of 407 calendar days following the notice to proceed.
    Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, is soliciting bids for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa. This project, identified as PN: 636A6-22-104, involves the replacement of two existing brine generation tanks and one brine tank with a new poly tank system, requiring comprehensive construction services, including demolition, installation, and adherence to strict safety protocols due to the facility's continuous operation. The estimated contract value ranges between $1,000,000 and $2,000,000, with bids due by December 31, 2025, at 10:00 AM CT, and a formal site visit scheduled for December 8, 2025. Interested contractors should contact Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov for further details.
    Z1DA--550-26-120 Emergent South Water Tower Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the emergent repairs of the South Water Tower under Project 550-26-120. The project involves extensive repair work on a 200,000-gallon multi-column elevated water storage tank, including tasks such as installing safety devices, replacing components, and ensuring compliance with health and safety regulations. This procurement is critical for maintaining uninterrupted operations at the VA Illiana Health Care System in Danville, IL, and ensuring the water tower meets operational standards. Interested contractors must submit their bids by December 10, 2025, at 12:00 PM CST, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    Maine Air National Guard Fuel Cell Hangar Construction
    Buyer not available
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Robins Air Force Base Tank Inspection
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting bids for a contract to perform comprehensive tank inspections at Robins Air Force Base in Georgia. The contract involves non-personnel services, including the removal and disposal of remaining fuel, tank cleaning, and inspections of both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), as detailed in the Performance Work Statement. These inspections are critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations and environmental protection. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 12, 2025, at 2:00 PM CDT, to Jaylem Durousseau at jaylem.l.durousseau@usace.army.mil, with the contract expected to be awarded based on technical capability, experience, and price.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.