AJJW 25-1071M Repair Marbo Bulk Pumping Station Tank 2 and Wells 1 & 3
ID: FA524025R0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Apr 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 6, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 4:00 AM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Marbo Bulk Pumping Station (BPS) Tank 2 and Wells 1 and 3 at Andersen Air Force Base in Guam. The project entails significant upgrades, including the installation of a dual pump system, rehabilitation of the chlorination control room, and various repairs to ensure compliance with operational standards and environmental regulations. This initiative is crucial for maintaining reliable water supply infrastructure at the military installation, with an estimated contract value between $20 million and $100 million and a performance period of 800 calendar days. Interested HUBZone small businesses must submit their proposals electronically by May 30, 2025, and can direct inquiries to Francyn Salas at francyn.salas@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.

Point(s) of Contact
Files
Title
Posted
The project at Andersen Air Force Base, Guam, involves the design and construction of repairs to the Marbo Bulk Pumping Station Tank 2 and Wells 1 & 3, aimed at ensuring a reliable domestic water supply. Key enhancements include installing a dual pump system, rehabilitating chlorination facilities, and repairing tank walls to meet current codes and future demands due to expected population increases. The contract requires a Design-Build approach, with contractors responsible for all project aspects, including labor, materials, and compliance with local and federal regulations. The performance period is set at 800 calendar days, incorporating phases of design, construction, and necessary consultations. Contractors must comply with safety standards, conduct environmental protections, and properly manage hazardous materials on site. Emphasis is placed on quality control and coordination meetings to align contractors' actions with government expectations. Furthermore, regulations regarding waste disposal and environmental preservation are strictly mandated to minimize disruptions. This project illustrates the government's commitment to maintaining infrastructure reliability while adhering to regulatory standards and environmental responsibilities.
The document appears to be an unstructured or corrupted file containing no significant or coherent information. It lacks identified topics, key ideas, or supporting details in a discernible format. A federal grant or request for proposal typically outlines a specific project, eligibility criteria, application instructions, and evaluation metrics. However, this document does not present those elements. The absence of structured data makes it impossible to summarize or analyze its purpose related to government RFPs, federal grants, or state and local RFPs. Without meaningful content, any insights regarding governmental requirements or frameworks cannot be extracted. Therefore, no actionable information or summary can be provided based on the current content.
The document outlines the 35% final design submittal for renovations at the Marbo Bulk Pumping Station, Tank 2, and Wells 1 & 3 at Andersen Air Force Base, Guam, part of the PACAF FSRM AAFB Tranche 1 project. The submission, not intended for construction yet, includes comprehensive civil, electrical, mechanical, plumbing, and structural engineering plans detailing the necessary repairs and upgrades. Key aspects involve the demolition of existing structures, site plans for new installations, and specific design details for wells and pumping stations. The project adheres to various design criteria and codes, including DOD building and seismic safety standards. The overall goal is to enhance the functionality and safety of the water infrastructure at the base while ensuring compliance with federal and local regulations. This submission is a critical step towards facilitating necessary upgrades, with careful attention to construction methods, safety protocols, and environmental considerations. Emphasizing the importance of precise planning and collaboration among engineering disciplines, the document reflects the government’s commitment to maintaining and improving military infrastructure.
Apr 23, 2025, 7:05 AM UTC
The project titled "Repair Marbo BPS, Tank 2, Wells 1 & 3" at Andersen Air Force Base in Guam, referenced as AJJW22-1001, aims to address maintenance and repair needs for essential infrastructure. The documentation includes a location map and vicinity map, indicating the specific geographical area affected by the project. This initiative is part of broader efforts to ensure the operational readiness and safety of military installations, highlighting the importance of maintaining critical services within the base's facilities. The project addresses repairs that are likely critical for environmental compliance and efficient operation, reflecting the government's commitment to maintaining infrastructure integrity in strategic locations. Adherence to regulatory guidelines and environmental standards is implied, emphasizing the project's significance in supporting military operations in Guam.
The document outlines specifications for a capital project focused on plumbing and HVAC systems installation. It includes details such as facility identification numbers, authorized personnel, and a comprehensive equipment inventory. Several backflow preventers of different sizes are cataloged along with their model references, installation dates, and warranty timelines. The extensive list encompasses various components categorized under plumbing, HVAC, and equipment systems, specifying manufacturer details, capacities, and installation specifics. This project adheres to federal and local guidelines, ensuring that all systems meet safety and operational standards. The information is structured systematically, highlighting the requirements for contractor submissions during the construction phase, ensuring compliance with final inspection protocols. The document’s purpose is to facilitate coordinated efforts in infrastructure upgrades, emphasizing accountability, maintenance access, and adherence to regulations, crucial for efficient facility management and operational integrity.
The document is an antiterrorism awareness pamphlet created for personnel at Edwards Air Force Base. Its main purpose is to educate individuals about recognizing potential threats and enhancing security vigilance within the base. It outlines various scenarios that may lead to becoming a victim, such as being in the wrong place at the wrong time or encountering suspicious individuals or vehicles. Key points include definitions of terrorism and specific behaviors to report, like surveillance, elicitation attempts for sensitive information, and suspicious persons. The pamphlet emphasizes the importance of being alert and knowing the surroundings, as well as the appropriate actions to take upon observing potential threats. Additionally, it details the Force Protection Conditions (FPCON), describing the varying levels of threat and corresponding security measures, from routine security posture (FPCON NORMAL) to full alert status (FPCON DELTA) during imminent threats. The document highlights the role of personnel as "force multipliers" in maintaining safety and encourages reporting any unusual activities. The overarching message is to foster a proactive security culture within the military environment to deter and respond to potential terrorist activities effectively.
Apr 23, 2025, 7:05 AM UTC
The Past Performance Fact Sheet is a standardized document designed for offerors participating in federal procurement processes, specifically related to Requests for Proposals (RFPs) and federal grants. Its primary purpose is to collect essential information regarding past contracts the offeror has operated, which will assist evaluators in assessing the offeror's performance history. The structure of the document includes several sections: 1. **Contract Identification**: Captures details about the contractor and the specific contract, including dates, dollar values, and descriptions of work performed. 2. **Customer or Agency Identification**: Identifies the agency or customer involved in the contract and the geographic scope of the services. 3. **Respondent Identification**: Gathers contact information and professional background of the individual providing the details about the contract. Key information required includes contract type, performance period, contractor's role (prime, subcontractor, or key personnel), and whether it was a competitive award. The document emphasizes the importance of relevance of the described projects and their alignment with the offeror's capabilities. Overall, it serves as a critical tool for evaluating past performance amid federal contracting opportunities.
Apr 23, 2025, 7:05 AM UTC
The 36th Contracting Squadron is seeking a contractor for a project to repair the Marbo Bulk Pumping Station Tank 2 and Wells 1 & 3 at Andersen Air Force Base in Guam. The contractor will be responsible for designing and building supporting facilities, including site layout, grading, drainage, and utilities, adhering to the provided contract documents. The project’s estimated cost is between $20 million and $100 million. A critical aspect of the contractor selection involves assessing past performance, requiring input from organizations with prior experience with the offerors. A Past Performance Questionnaire (PPQ) has been provided to collect evaluation data, which must be submitted by May 30, 2025. Respondents are asked to evaluate various performance aspects, including technical requirements, schedule adherence, and management efficiency, using a specified rating scale. Feedback from prior contracts will play a significant role in the contractor’s potential selection, aiming for a successful and timely project completion. The document specifies submission instructions and emphasizes the importance of prompt responses in the source selection process.
The Andersen Air Force Base Installation Facilities Standards (IFS) provide comprehensive guidelines for facility design, construction, and management at the base. This document replaces and consolidates several previous standards, aligning with Air Force Corporate Facility Standards (AFCFS). It organizes information into four main sections: Installation Elements, Site Development, Facilities Exteriors, and Facilities Interiors, ensuring a structured approach to the planning and development process. Key points include the establishment of a Facility Hierarchy to categorize buildings and determine quality levels aligned with their functions. The IFS mandates compliance with applicable Department of Defense (DoD) and Air Force criteria and emphasizes sustainable practices, reduced life-cycle costs, and energy efficiency. Specific standards address street designs, utilities, open spaces, and landscaping, ensuring cohesive development across the base. The document also outlines procedures for cybersecurity in facility-related systems, guidelines for traffic signage, paving, and landscaping, and principles for maintaining aesthetic and functional public spaces. Overall, the IFS aims to facilitate efficient operations while meeting safety, security, and visual quality standards, crucial for the ongoing functionality and aesthetic appeal of Andersen Air Force Base.
Apr 23, 2025, 7:05 AM UTC
The government document pertains to requests for proposals (RFPs) and grants at federal, state, and local levels, emphasizing the funding opportunities available for various projects. It outlines specific eligibility criteria, application processes, and evaluation standards that applicants must meet to secure funding. Key considerations include adherence to fiscal responsibility, compliance with regulatory frameworks, and the strategic alignment of proposed projects with governmental priorities. The document reveals a structured format, presenting a clear framework for bidders that includes guidelines for proposal submission, expected project outcomes, and reporting requirements post-funding. Emphasis is laid on transparency and accountability, highlighting the necessity for a comprehensive budget plan and a detailed project timeline. Overall, the document encapsulates the essential aspects of engaging with government funding, outlining the critical pathways for organizations seeking to contribute to civic development and service enhancement through structured proposals and actionable plans.
The provided document appears to contain corrupted or unintelligible data, making it impossible to extract meaningful content or summarize key points effectively. The content may have been intended to describe federal government RFPs, federal grants, or state and local RFPs, but the current format lacks coherence or legibility essential for analysis. This document requires significant correction or clarification before any accurate summarization can occur. Without intact content, the purpose and underlying themes cannot be discerned, underscoring the need for data integrity in government communications.
Apr 23, 2025, 7:05 AM UTC
The document provides a comprehensive overview of the Proposal Manager access within the Wide Area Workflow e-Business Suite, specifically focusing on the Solicitation module. It outlines the process for proposal managers, starting from logging into the PIEE system to accessing and managing solicitations. Key features include creating unsolicited proposals, searching for solicitations by various criteria (date range, NAICS codes, etc.), and viewing details such as solicitation status, amendments, and offers. The presentation emphasizes the ability to search for solicitations, manage offers, and understand the status of proposals. It describes how users can submit offers digitally, including signing documents with a digital pin and OTP. Furthermore, it highlights the functionality to withdraw offers if necessary. The document serves as a guide for proposal managers in navigating the solicitation process efficiently in compliance with federal guidelines. This ensures streamlined engagement with government RFPs and grants at multiple levels.
Apr 23, 2025, 7:05 AM UTC
The document outlines the Request for Proposal (RFP) for the repair of the Marbo Bulk Pumping Station (BPS) Tank 2 and Wells 1 and 3 at Andersen Air Force Base, Guam (Project #: AJJW 25-1071M). The project involves significant upgrades, including the installation of a dual pump system, rehabilitation of the chlorination control room, and various repairs to both Tank 2 and the wells. Specific tasks include inspecting and repairing tank leakage, adding gauges and sensors for monitoring, and upgrading electrical systems and video surveillance for enhanced security. The contractor is required to follow the Statement of Work and relevant documentation throughout the project. The pricing schedule indicates that the project is categorized as a single lot under one contract. Proposals must be validated through signature and date, signifying the offeror's commitment to the outlined scope and requirements. This RFP aims to ensure reliable water supply infrastructure and compliance with operational standards at the military installation.
Apr 23, 2025, 7:05 AM UTC
The document outlines a Request for Proposal (RFP) for a construction project at Andersen Air Force Base, focusing on the repair of the Marbo Bulk Pumping Station Tank 2 and Wells 1 & 3. It is a competitive set-aside for HUBZone small businesses and encompasses a Firm-Fixed-Price construction contract under NAICS code 237110. The project requires the contractor to begin performance within 800 calendar days and detailed proposals must be submitted electronically. The contract value is estimated between $20 million and $100 million. A pre-proposal site visit is included, and specific clauses address labor laws and employment restrictions in Guam. The document emphasizes the contractor's obligations regarding performance bonds, insurance, and compliance with local regulations. Key requirements for submission include an offer guarantee and adherence to the specifications outlined in the Statement of Work. Contractors must acknowledge the prohibition of illegal substances on federal property, as violations can lead to significant penalties. This RFP serves as a crucial step for the government in selecting a capable contractor while promoting small business participation within historically underutilized business zones.
Apr 23, 2025, 7:05 AM UTC
The document outlines a federal solicitation for a construction project titled "Repair Marbo Bulk Pumping Station Tank 2 and Wells 1 and 3" at Andersen Air Force Base in Guam. This competitive HUBZone set-aside contract requires a "Design-Build" approach with a mandatory performance period of 800 calendar days. The project is categorized under NAICS code 237110, focusing on water and sewer line construction, with a budget estimated between $20 million and $100 million. Proposals must be submitted electronically through the PIEE platform, and a public bid opening is set for May 30, 2025. The document details requirements for proposals, including a sealed offer guarantee and compliance with various federal regulations and clauses related to construction standards, labor laws, and substance use restrictions on federal property. It emphasizes that only qualified HUBZone small businesses may apply and includes provisions for ensuring on-site labor compliance with local laws. The inclusion of clauses related to contracting and payment systems underlines the government's commitment to fair procurement processes while fostering small business participation.
Apr 23, 2025, 7:05 AM UTC
This government document pertains to the amendment of a solicitation, specifically addressing proposal submission guidelines for an upcoming project at Camp Skaggs, Guam. It details the processes for acknowledging receipt of the amendment, modifying offers, and the necessity of timely and compliant proposal submissions. Offerors are instructed to prepare their proposals in four parts, including a summary, price proposal, past performance information, and bonding capacity details. Electronic submissions are mandated through the Procurement Integrated Enterprise Environment (PIEE), with strict requirements on file formats and organization. A pre-proposal site visit is scheduled, and the document emphasizes the importance of adhering to deadlines for proposal submission and requests for information. The solicitation asserts that noncompliance may lead to ineligibility in consideration for contract awards. Overall, the document outlines necessary steps and requirements for contractors to follow in submitting their proposals and emphasizes procedural details crucial for successful participation.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
AJJY 23-1007 Repair Airfield Electrical Conduit and Glideslope Systems AAFB, Guam
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair Airfield Electrical Conduit and Glideslope Systems" project at Andersen Air Force Base in Guam. This project involves a Firm-Fixed-Price construction contract aimed at upgrading electrical systems critical for airfield operations, including the replacement of corroded panels, conduits, and other electrical components to ensure compliance with safety and operational standards. The total estimated cost of the project exceeds $10 million, with a performance period of 532 calendar days, and it is set aside for Historically Underutilized Business Zone (HUBZone) small businesses. Interested contractors must submit proposals electronically by May 2, 2025, and can direct inquiries to Chuck David Flores at chuckdavid.flores@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.
LXEZ201076 Repair Water Lines Around Airfield, II
Buyer not available
The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Okinawa, Japan, is seeking contractors for a Firm-Fixed Price (FFP) Design-Build contract to repair water lines around the airfield. The project involves replacing existing water distribution mains, installing new fire hydrants, and implementing SCADA systems for water quality monitoring, with a focus on sustainable practices in accordance with UFC guidelines. This significant undertaking, estimated to cost between $25 million and $100 million, is expected to take approximately 841 calendar days, with a solicitation release planned for on or after May 22, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can contact Kurt Stuebs or Marcus Reedom for further information.
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.
AJJY 22-1058 Repair Tie Feeder Circuit P-84 and P-85 AAFB, GU
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair and reconfiguration of Tie Feeder Circuits P-84 and P-85 at Andersen Air Force Base (AAFB) in Guam. This Design-Bid-Build project aims to enhance the reliability of the airfield's electrical infrastructure by eliminating existing circuits that cross runways and ensuring compliance with safety and operational standards. The contract, valued between $10 million and $25 million, is set aside for Historically Underutilized Business Zone (HUBZone) small businesses, with a performance period of 548 calendar days. Interested contractors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) by May 7, 2025, and can direct inquiries to Sir Rashaliq Hankerson at sirrashaliq.hankerson@us.af.mil or Katrina Pangelinan at katrina.pangelinan@us.af.mil.
Repair Well 3 and Well 5 with SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base, which includes the installation of SCADA (Supervisory Control and Data Acquisition) systems. The project requires the integration of process equipment and control systems, adhering to established guidelines and standards, including those from ANSI, AWWA, NEC, and UPC. This procurement is critical for ensuring efficient water supply management and operational reliability at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with bids due by May 20, 2025, and a site visit scheduled for April 18, 2025. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381.
FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction Program. This project aims to consolidate various communication functions into a modern, resilient facility, including the construction of a two-story reinforced concrete building equipped with advanced systems for electrical, mechanical, and communication needs, alongside essential safety features. The estimated contract value ranges from $100 million to $250 million, with a proposal submission deadline set for May 14, 2025. Interested contractors must ensure compliance with U.S. citizenship requirements and register in the System for Award Management (SAM) to participate in this unrestricted procurement process. For further inquiries, contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or Juanita Garza at juanita.i.garza2.civ@us.navy.mil.
Tank T1617 Repair and Tank 3535 Examination
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.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.
NWF Portable Toilets and Handwash Stations
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the provision of portable toilets and handwash stations at Northwest Field on Andersen Air Force Base in Guam. The contract requires the contractor to supply and maintain five portable toilets and three handwash stations, ensuring daily cleaning, restocking, and compliance with hygiene and safety standards, with operations expected to commence on April 16, 2025. This procurement is crucial for maintaining sanitary conditions at military installations, emphasizing the importance of quality service and adherence to regulations. Interested vendors are encouraged to submit their company information and feedback on the draft Performance Work Statement to Julieth Collazos via email at julieth.collazos.1@us.af.mil by the specified deadline.
Rehabilitation of Wells 585 & 606
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the rehabilitation of Wells 585 and 606 at MCB Camp Lejeune, North Carolina. The project involves installing new submersible pumps, stainless-steel piping, and various associated components, with strict adherence to environmental, health, and safety regulations, as well as compliance with the Buy American Act. This initiative is crucial for ensuring the operational integrity of water supply systems at the military base, with an estimated contract value between $250,000 and $500,000 and a completion timeframe of 360 days post-award. Interested small business contractors must submit their proposals by May 1, 2025, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.