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
    Description

    The Department of Defense, specifically 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 entails replacing and repairing storm drainage facilities associated with specific outfalls, with a total expected contract value between $1,000,000 and $5,000,000, and is designated as a Total Small Business Set-Aside. This initiative is crucial for enhancing water management systems at the base, ensuring proper drainage functionality while adhering to federal engineering standards. 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Dorm 742 Renovation
    Dept Of Defense
    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.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires the contractor to provide all labor, materials, and equipment necessary for complete demolition, including utility capping, site restoration, and compliance with environmental and safety regulations. This procurement is significant as it involves the removal of structures to facilitate future site development, with an estimated contract value between $250,000 and $500,000. Proposals are due by December 23, 2025, at 2:00 PM local time, and interested parties should contact Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Maxwell AFB - Airfield Repairs - Amendment 0003
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.
    Industry Day - Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is hosting an Industry Day for the Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects. This event aims to provide industry partners with essential information about the Sentinel Program, gather feedback, and promote communication between the government and industry stakeholders. The Industry Day is scheduled for January 13, 2026, from 9:00 AM to 12:00 PM PST at the Oxbow Building in Seattle, WA, with a maximum capacity of 60 attendees. Interested vendors must pre-register by December 17, 2025, or until capacity is reached, and are required to complete a vetting process via a secure DoD Safe Drop-Off link. For further inquiries, attendees can contact Kyla Couch at kyla.m.couch@usace.army.mil or Andrea Jackson at andrea.g.jackson@usace.army.mil.
    Heat Plant Boiler Tube Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Boiler 1 at the heat plant located on Malmstrom Air Force Base in Montana. This procurement is aimed at addressing urgent maintenance needs for critical heating equipment, which is essential for the operational functionality of the base. The repair work is classified under the maintenance, repair, and rebuilding of plumbing, heating, and waste disposal equipment, highlighting its importance in ensuring reliable heating services. Interested contractors can reach out to Alexander D. Luttrell at alexander.luttrell.1@us.af.mil or by phone at 406-731-4001 for further details regarding the Justification and Approval for Unusual and Compelling Urgency associated with this opportunity.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.