Repair Drainage and Outfalls
ID: FA462625R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting bids for a firm fixed price contract to repair drainage and outfalls at Malmstrom Air Force Base in Montana. The project involves replacing and repairing storm drainage facilities at designated outfall locations, with a total expected contract value between $1,000,000 and $5,000,000, and is set aside exclusively for small businesses. This initiative is crucial for enhancing water management systems at the base, ensuring compliance with federal engineering standards while addressing existing drainage challenges. Interested contractors must submit their proposals by May 8, 2025, and are encouraged to attend a pre-proposal site visit on April 14, 2025, for further insights into the project requirements. For inquiries, contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.

Files
Title
Posted
Apr 8, 2025, 10:05 PM UTC
The project titled "Repair Drainage and Outfalls No. 1043872" at Malmstrom Air Force Base, Montana, encompasses the replacement and repair of storm drainage facilities at designated outfall locations. Key tasks include replacing multiple sizes of culverts, constructing concrete structures, installing sluice gates, and implementing site restoration measures while complying with environmental regulations. The contractor is responsible for adhering to safety standards, maintaining continuous use of facilities, and providing all necessary equipment. Quality control is imperative, requiring detailed reporting and compliance with specifications. Security protocols dictate access management for contractors on base, mandating employee identification and escort requirements in restricted areas. Environmental protection guidelines emphasize proper handling of hazardous materials and compliance with local, state, and federal regulations regarding air and water quality. This document serves as a comprehensive guide for contractors responding to an RFP, detailing project scope, requirements, and compliance obligations essential for successful project execution.
Apr 8, 2025, 10:05 PM UTC
This document outlines detailed plans and specifications for outfall structures as part of a civil engineering project. It includes various sheets dedicated to existing conditions, demolition plans, site and utility plans, structural notes, electrical layouts, and specific details for several outfalls designated as #1, #2, #3, #4 (option), and #6 (option). Each section methodically addresses the necessary civil, structural, and electrical considerations pertaining to these outfalls, ensuring comprehensive planning for project execution. The intent is to provide a clear and organized framework for contractors and engineers involved in the project to ensure compliance with applicable standards and regulations. This document serves as a critical resource for contractors responding to federal and state RFPs, facilitating informed bidding and project management while adhering to safety and technical guidelines.
Apr 8, 2025, 10:05 PM UTC
The document outlines the construction drawings and repair plans for drainage and outfall systems at Malmstrom Air Force Base in Great Falls, Montana, under the Global Strike Command. The project focuses on addressing drainage issues associated with specific outfalls through a series of detailed civil and structural engineering plans. It includes 27 sheets of construction documentation with options for work related to outfalls 4 and 6. Key components of the project involve grading, culvert installations, concrete and asphalt specifications, and various infrastructure details such as security measures for culverts and drainage flow control. This initiative aims to enhance water management systems at the base, ensuring proper drainage functionality while adhering to federal engineering standards. The emphasis on detailed notes and options indicates a comprehensive approach to addressing existing drainage challenges within the prescribed site.
Apr 8, 2025, 10:05 PM UTC
This document outlines the required technical submittals for the project “Repair Drainage and Outfalls” at Malmstrom Air Force Base (AFB), Montana, under solicitation number FA4626-R-25-0007. The schedule provides a comprehensive list of materials, shop drawings, and notifications that contractors must submit for approval throughout the project phases. Key divisions include general requirements, concrete, metals, electrical, and utilities, detailing specific submission types like shop drawings, product data, and quality control plans along with their required submission timelines. Points of emphasis include manufacturer compliance, environmental protection measures, and procedures for managing utility interruptions. The structure categorizes submissions by project phases, indicating required approval timelines and submission copies. This document serves as a critical reference for contractors, ensuring compliance with technical requirements and facilitating effective project management, reflecting the Department of Defense's commitment to rigorous standards and environmental stewardship in public works initiatives.
Apr 8, 2025, 10:05 PM UTC
Apr 8, 2025, 10:05 PM UTC
This document outlines the instructions and requirements for offerors responding to a government solicitation. It emphasizes the importance of submitting a compliant proposal, which must consist of three main sections: Past Performance, Technical, and Price/Required Documentation. Each section has specific formatting and content guidelines, including page limitations and required binders for submission. Offerors are required to provide detailed information to substantiate their capabilities and relevant past performance, including references and consent forms for obtaining performance data. The evaluation process prioritizes past performance and technical capability over price, with the government seeking the greatest overall benefit. Offerors must show their ability to fulfill specific technical focus areas such as electrical equipment installation, excavation, concrete work, and bypass pumping. Each proposal will be rated based on responsiveness, performance confidence, technical risk, and overall pricing, with criteria defined in various tables throughout the document. Key instructions include deadlines for proposal submissions, contact information for further clarification, and the implications of non-compliance. The comprehensive requirements aim to ensure that proposals meet government standards and allow for effective evaluation of potential contractors.
Apr 8, 2025, 10:05 PM UTC
The document outlines requirements for submitting past performance references in response to federal solicitation FA4626-25-R-0007. It mandates that contractors provide up to five relevant references detailing completed or ongoing projects from the last six years, each valued at $500,000 or more. The submission, due by May 8, 2025, must include project details such as contract numbers, performance dates, and customer contacts, along with information on the contractor's role and any subcontractors involved. A performance evaluation framework is presented, including rating criteria ranging from "Exceptional" to "Unsatisfactory" for various performance aspects. Evaluators are advised to use tailored questionnaires to elicit specific feedback rather than simple yes-or-no answers, fostering a deeper understanding of the contractor’s capabilities and reliability. The document serves to collect data that will reflect the contractor's effectiveness in past projects, a crucial element for selecting qualified bidders based on their historical performance.
Apr 8, 2025, 10:05 PM UTC
The document outlines a consent form necessary for subcontractors and teaming partners participating in responding to the Department of the Air Force's Request for Proposal (RFP) FA4626-25-R-0007 for the Repair Drainage and Outfalls at Malmstrom AFB, MT. Since past performance information on subcontractors cannot be disclosed without consent, this form is crucial for allowing the prime contractor to utilize such information during the source selection process. The prime contractor must edit the form before forwarding it to their subcontractors, ensuring that the consent permits the sharing of past and present performance data to enhance evaluation criteria. This process reflects increased government emphasis on past performance to determine best value in contract awards. Hence, it facilitates a more comprehensive assessment of proposed teams by enabling discussions of relevant performance histories during the evaluation phases.
Apr 8, 2025, 10:05 PM UTC
The United States government is soliciting bids for a construction project to repair drainage and outfalls at Malmstrom Air Force Base in Montana. This project includes replacing and repairing storm drainage facilities associated with specific outfalls and is designated as a 100% Small Business set-aside, with a total expected contract value between $1,000,000 and $5,000,000. The solicitation outlines performance requirements and specifies that the contractor must begin work within a set timeframe upon receiving a notice to proceed, completing all work within 180 calendar days. An optional line item for additional outfalls may be included if funding becomes available. Bidders are required to submit sealed offers and ensure compliance with performance bond requirements. The document details the inspection and acceptance processes, outlines specific tasks to be accomplished under various line items, and provides contact information for inquiries during the bidding process. The solicitation emphasizes the importance of adhering to federal contracting standards and the necessity for proper invoicing and payment processes through the Wide Area Workflow system. Overall, this initiative demonstrates the government's commitment to maintaining infrastructure integrity while promoting small business participation.
Feb 21, 2025, 9:05 PM UTC
The Department of the Air Force is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base (AFB) in Montana. This firm fixed-price contract focuses on replacing and repairing storm drainage facilities and requires contractors to provide all necessary personnel, equipment, and materials to meet the project specifications. The RFP will be released on or after 10 March 2025, with a closing date around 11 April 2025, and a performance period of 180 days following the Notice to Proceed. The estimated contract value ranges from $1 million to $5 million, and it is set aside for total small businesses per the Small Business Jobs Act of 2010. To be eligible for the award, contractors must be registered in the System for Award Management (SAM). The document emphasizes the contingent nature of funding for the contract and notes the government's right to cancel the solicitation at any time. This notice marks a commitment to fostering small business participation in government contracting within a specific infrastructure repair initiative.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
MAF Lagoon Electrical
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base in Montana. The project involves the installation of a 208V three-phase electrical power system across eleven Missile Alert Facilities, requiring contractors to provide electrical conduits, conductors, service panels, and other related components. This initiative is a total small business set-aside, with an estimated budget between $250,000 and $500,000, and contractors are expected to complete the work within 154 calendar days after receiving the notice to proceed. Interested parties should direct inquiries to Colleen T. Goad at colleen.goad.1@us.af.mil or Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil, and a pre-proposal visit is scheduled for April 9, 2025, at 3:00 PM MDT.
Construct Fire Station Bay Storage Area, Malmstrom, MT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. The project involves building a facility of approximately 15,028 square feet, designed to store Fire Emergency Services equipment and trailers, with an option for an additional 2,448 square feet and extra trailer parking stalls. This facility is crucial for enhancing the operational readiness and safety of fire services at the base. Interested small businesses are encouraged to reach out to Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil or call 206-316-3877 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base in Montana. This project is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for 8(a) certified businesses, as indicated by the set-aside code. The construction of this facility is crucial for enhancing security and access control at the military installation. Interested contractors should note that the Request for Proposal (RFP) includes specific timelines for pre-proposal site visits, with amendments issued on April 11 and April 18, 2025. For further inquiries, potential bidders can contact Shawna West at shawna.m.west2@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.
FA4626 - DEAN Pump Repair
Buyer not available
The Department of Defense, specifically the United States Air Force, is soliciting proposals for the repair and reconditioning of a Dean Brothers R-484 6x8-15 1/2 end-suction centrifugal pump at Malmstrom Air Force Base in Montana. The contractor will be responsible for utilizing upgraded materials and precision-engineered components to ensure the pump meets or exceeds original performance specifications, including the installation of a high-performance mechanical seal and composite wear parts. This project is critical for maintaining the operational efficiency of the high-temperature hot water heating plant, with a contract value estimated at approximately $19,000,000 and a completion deadline set for August 1, 2025. Interested parties must submit their proposals by May 2, 2025, and can direct inquiries to Jean-Denis Ducimetiere at jean-denis.ducimetiere@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil.
MT DAR MALM 2025(1), Defense Access Roads FY 2025
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the MT DAR MALM 2025(1) project, which involves roadway reconditioning and associated improvements at Malmstrom Air Force Base in Fergus County, Montana. The project is divided into five bid schedules, with lengths ranging from 12.85 to 48.90 miles, and only one schedule will be awarded, emphasizing the importance of quality construction and compliance with safety standards. This initiative is part of the government's commitment to enhancing infrastructure accessibility for defense access roads, reflecting a strategic investment in military facilities and local infrastructure. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with an estimated project cost between $5 million and $10 million and a tentative completion date set for Fall 2026.
Replace Water Service Lines
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of water service lines at Goodfellow Air Force Base in San Angelo, Texas. The project requires contractors to provide new domestic water service lines, including all necessary plumbing, fittings, and connections, utilizing lead-free materials and conducting hydro-excavation of existing lines as specified in the Statement of Work. This initiative is crucial for ensuring the health and safety of base personnel by replacing contaminated water lines and enhancing the overall infrastructure of the base. The estimated project cost ranges between $100,000 and $250,000, with a bid submission deadline of May 2, 2025. Interested contractors must maintain an active registration in the System for Award Management (SAM) and can direct inquiries to SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil or Ryan Ramjit at ryan.ramjit.2@us.af.mil.
Long Term Bucket Truck Rental; Base Year Plus Four Option Years
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a long-term lease of a bucket truck at Malmstrom Air Force Base in Montana, with a contract duration of one base year plus four optional years. The procurement aims to secure a high voltage bucket truck equipped with a two-person bucket, 4-wheel drive capability, and material handling jib, to enhance the operational capabilities of the 341st Civil Engineer Squadron while addressing previous maintenance delays. This contract is particularly significant as it involves compliance with safety regulations for high voltage operations and is set aside for small businesses, with an estimated total value of $47 million. Interested contractors should direct inquiries to Cody West or Joshua Crist via the provided contact details, with questions due by 12:00 PM MT on April 29, 2025.
Repair Roof Base Ops, B847
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and replacement of the roof of Building B847 at Columbus Air Force Base in Mississippi. The project aims to eliminate persistent water leaks that have impacted critical operations, requiring contractors to provide all necessary labor, materials, and equipment to complete the work within a 180-day timeline. This procurement is significant for maintaining the functionality of the facility, and it is set aside for small businesses under the SBA guidelines, with an estimated contract value between $500,000 and $1 million. Interested bidders must contact the primary point of contact, Sang Park, at sang.park.6@us.af.mil or 662-434-7775, to register for a site visit by April 21, 2025, and submit all requests for information by May 5, 2025.
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 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.