HAFB Sewer Camera and Jetting
ID: 2024-PZI-1398Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

MAINTENANCE OF SEWAGE AND WASTE FACILITIES (Z1ND)

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 seeking qualified contractors to provide sewer camera and jetting services at Hanscom Air Force Base in Massachusetts. The objective of this procurement is to maintain a healthy sewer system by performing camera jetting and generating associated reports to identify potential issues before they lead to costly repairs or failures. This service is critical for ensuring the operational efficiency and safety of the base's infrastructure, which is governed by strict environmental and safety regulations. Interested contractors must submit their bids by September 16, 2024, and can contact Matthew Smith at matthew.smith.96@us.af.mil or John Ballou at john.ballou@us.af.mil for further information. The contract period is set from September 27, 2024, to September 26, 2029, under a Total Small Business Set-Aside.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for maintaining sewer systems at Hanscom Air Force Base, MA. It mandates that contractors provide necessary labor, equipment, and materials to clean and inspect approximately 62,115 linear feet of sewer lines. The contractor is required to jet the lines and use video inspection to assess the condition of sewer structures, submit detailed reports of findings, and coordinate with base management. The contract emphasizes timely response to service requests, particularly within a 60-mile radius, and requires adherence to specific regulations regarding small business utilization and subcontracting. The document also details contractors' compliance with health and safety protocols, including confined space entry requirements, environmental regulations, and proper disposal of hazardous materials. All work must be completed during designated hours, with provisions for holidays and emergency responses. The maintenance plan includes addressing mechanical failures and root penetration issues, requiring strategic reporting and corrective action. This PWS serves as a comprehensive guide to ensure quality and safety in sewer system maintenance, reflecting federal contracting standards and the commitment to operational excellence.
    This document outlines the Sanitary Sewer System at Hanscom Air Force Base, detailing its utility management and mapping for federal and state planning requirements. It includes specifications regarding the system layout, featuring elements such as sewer lines, tank systems, and manholes, designed according to regulatory standards for safety and operational efficiency. The plan integrates various data sources, including aerial photos and GPS, presenting a comprehensive and accurate representation of the sewer infrastructure. Key measurements and technical specifications are noted, emphasizing the utility's importance for base operations. The document serves as an essential resource for future renovations, maintenance scheduling, and compliance with environmental regulations, reflecting the federal government's commitment to maintaining military infrastructure operability and public health standards.
    The Air Force Guidance Memorandum updates AFI 91-203, which details safety standards for walking and working surfaces in response to recent OSHA regulations. Compliance with this guidance is mandatory across all Air Force operations. Key updates include enhanced requirements for guarding floor and wall openings, such as the installation of railings and toeboards, safety measures for vehicle repair pits, and specific design criteria for stairs and ramps to reduce fall risks. Emphasis is placed on the need for proper inspections, maintenance, and visual checks of ladders and other safety equipment. Additionally, fall protection measures are required for work areas with a fall potential of four feet or more. This memorandum ensures that military and civilian personnel maintain high safety standards while addressing hazards associated with maintenance and operational activities, highlighting the Air Force's commitment to occupational safety. The document is structured into chapters covering various safety aspects, including walking surfaces, electrical safety, and emergency procedures.
    The document outlines a pricing structure for various pipe cleaning services, categorized by size (4", 6", 8", 10", 12", 15", 18", and 24") and type (light vs. video cleaning). For each pipe size, there are multiple entries denoting the quantity to be cleaned, but all entries reflect an amount of $0.00, indicating no cost has been established for these services. It distinguishes between contract line item numbers (CLINs) for different sizes and types, demonstrating a detailed approach to managing the cleaning of pipes across different specifications. The total cost across all sections remains zero, suggesting that this pricing documentation may be preliminary or awaiting further value assignment. The overall purpose of the document aligns with federal guidelines for conducting requests for proposals (RFPs) and grants, emphasizing transparency in federal contracts for maintenance services. Key elements include compliance with federal expenditures for pipe cleaning services, reflecting regulatory and budgeting protocols typically associated with government contracts.
    The document provides a comprehensive sewer utility plan for Hanscom Air Force Base in Massachusetts, detailing the existing sewer system's structure, materials, and elevation data. It includes various types of sewer lines such as clay, cement, and vitrified clay, along with their respective sizes and conditions. Specific information about sewer manholes, gravity mains, and service lines is documented alongside their elevation and invert levels, essential for utilities management and infrastructure development. The map's reference aids in understanding the scope and geography of the sewer system, indicating approximate lengths of pipelines within designated zones. This initiative illustrates the Air Force's commitment to maintaining and improving utility systems while ensuring safety and compliance with federal standards. The document serves as a critical resource in for government contracts and grant proposals related to infrastructure projects, emphasizing the strategic planning required for effective waste management in military installations.
    The document is a combined synopsis/solicitation for the sewer camera and jetting services required by the 66 ABG/CE at Hanscom Air Force Base (AFB). Issued as a Request for Quote (RFQ) under solicitation number 2024-PZI-1398, it is set aside exclusively for small businesses, with a NAICS code of 562998 and a small business size standard of $16.5 million. The period of performance extends from September 19, 2024, to September 18, 2029, with a focus on maintaining the sewer system at Hanscom AFB. Key requirements include submitting quotes in the specified format, demonstrating technical understanding and capabilities, and compliance with various regulations outlined in federal acquisition guidelines. The evaluation will be based on technical merit and the lowest evaluated price of technically acceptable bids. A site visit is scheduled for September 5, 2024, for interested contractors to inspect the facility. Proposals must be submitted by September 11, 2024, and all interested parties are required to be registered in the System for Award Management (SAM) database. This solicitation emphasizes transparency, compliance, and the importance of government contracting standards.
    The document outlines a combined Synopsis/Solicitation for a sewer camera and jetting service required by the 66 ABG/CEOES at Hanscom Air Force Base, emphasizing the need to maintain a functional sewer system to prevent costly failures. This request, identified by Solicitation Number 2024-PZI-1398, invites quotes under a Total Small Business Set Aside, adhering to federal regulations and performance guidelines. Contractors must submit their bids by September 16, 2024, including specific documentation and a technical proposal demonstrating their understanding of the project requirements. The evaluation process focuses on technical acceptability and price, with contracts awarded based on the lowest acceptable price. The solicitation includes provisions for a site visit and requires prior registration. Contractors must also register with the System for Award Management (SAM) and comply with various federal clauses regarding labor standards, telecommunications equipment, and safety expectations while working on government installations. The contract's period of performance extends from September 27, 2024, to September 26, 2029.
    The Hanscom Air Force Base Hazardous Materials Operations Plan (HMOP), Change 10, outlines the procedures and responsibilities for managing hazardous materials (HAZMAT) at the base. The plan aims to ensure compliance with federal, state, and local regulations regarding HAZMAT usage, track and control HAZMAT throughout its lifecycle, and minimize hazardous waste generation. The Office of Primary Responsibility resides with the 66th Civil Engineer Division, Environmental Element, which oversees evaluations and ensures safety protocols are adhered to by all base organizations. Key components include the requirement for all users to submit HAZMAT requests through the Enterprise Environmental Safety and Occupational Health Management Information System (EESOH-MIS), proper labeling and tracking of HAZMAT, and maintaining minimal quantities on hand. The plan emphasizes pollution prevention, encourages the use of non-hazardous alternatives, and outlines the process for redistributing or disposing of excess materials. A comprehensive management structure is described, with defined roles for various departments, including logistics, safety, and environmental offices, ensuring effective oversight of HAZMAT policies and compliance. Overall, the HMOP serves as a critical framework for ensuring environmental safety and operational efficiency at Hanscom AFB.
    The document addresses inquiries and responses regarding a Sewer Camera and Jetting project within an airfield and similarly regulated areas. Key concerns include site accessibility, personnel requirements for escorts, vehicle access, and the disposal of debris resulting from cleaning operations. The project clarifies that pipe conditions are adequate; however, contractors must assess and clean pipes systematically. Additionally, there are stipulations about communication protocols between contractors and base personnel, including daily updates required through texts. The document asserts that the government will provide a designated hydrant for the contractors' water needs, while safety requirements for hearing protection are determined by the contractor's discretion. It highlights the importance of accurate work specifications, including the number of manholes for inspection and the method of debris disposal—ensuring costs are included in the project’s budget. Overall, this communication serves to delineate project expectations and operational guidelines critical for contractor compliance and successful execution of the sewer maintenance work on the airfield.
    The file outlines inquiries and responses related to a municipal project involving sewer camera inspection and jetting services, particularly focusing on accessibility, operational protocols, and contractor responsibilities. Key topics include the need for a crawler camera, limitations on accessibility, and the requirement for electronic report submissions in DVD format. The document specifies that there are no significant accessibility issues, and the existing pipes are in good condition. Additionally, it clarifies protocols for personnel access, vehicle inspections, and debris disposal from storm sewer cleaning, stating that contractors are responsible for providing dumpsters and managing debris disposal costs. The government will supply escorts for work on airfields, but the contractor is tasked with all communications and any necessary training. Important details include requirements for using fire hydrants for water supply, conditions for inspecting and cleaning manholes, and the absence of a request for previous contract pricing information. Overall, the document serves as a detailed guideline for contractors bidding on the project, outlining expectations and processes necessary to execute the work effectively while maintaining adherence to safety and operational standards.
    The document is a wage determination announcement from the U.S. Department of Labor under the Service Contract Act (SCA), indicating minimum wage rates for various occupations applicable to service contracts in Massachusetts. Contracts initiated or renewed after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, maintain a rate of at least $12.90, subject to higher rates listed. It includes a detailed list of wage rates for various occupations, including administrative, automotive, healthcare, and technical roles. Fringe benefits such as health, welfare, vacation, and holiday pay are mandated, alongside compliance requirements related to paid sick leave and uniform allowances. The document emphasizes contractor responsibilities and outlines the procedures for requesting additional classifications and wage rates for unlisted occupations. This wage determination is significant for contractors bidding on federal grants and state/local RFPs, ensuring fair compensation standards and worker protections within public contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought- Portable Toilets
    Active
    Dept Of Defense
    The Department of Defense, specifically the 436 Contracting Squadron at Dover Air Force Base (AFB) in Delaware, is seeking vendors for the rental and servicing of portable toilets and handwashing stations. The contractor will be responsible for providing ADA-compliant units, ensuring cleanliness and safety standards, and adhering to strict operational protocols, including a 24-hour response time for regular service and a 2-hour response for emergencies. This procurement is crucial for maintaining sanitation and operational readiness at the base, with responses due by September 18, 2024, at 12:00 pm (EST). Interested parties should submit their information via email to the primary contacts, Princess Rivera and TSgt Gary Spillane, as this notice serves as market research and does not guarantee a future Request for Quote (RFQ).
    FY25 Underground Utilities IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Underground Utilities Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JBMDL) in New Jersey. The project involves the replacement, repair, and improvement of underground utilities, including sanitary sewers, potable water supply lines, and storm sewer systems, requiring comprehensive labor, materials, and equipment. This initiative is crucial for maintaining and enhancing the operational integrity of the base's utility infrastructure while ensuring compliance with safety and environmental regulations. Interested small businesses are encouraged to respond with their capabilities and past performance details to Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil by the specified deadline, as this opportunity is set aside for small businesses under FAR 19.5.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of portable, handicap-accessible latrines and comprehensive cleaning services for 150 launch facilities, with maintenance scheduled every 30 days and additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at a key military installation, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil.
    Howard A. Hanson Dam Relief Tunnel Drain Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Howard A. Hanson Dam Relief Tunnel Drain Maintenance project, which is set aside for small businesses. The contractor will be responsible for providing all necessary supervision, labor, equipment, and materials to conduct drain camera inspections, cleaning, decommissioning, and repairs of the drainage tunnel, in compliance with federal, state, and local regulations. This project is critical for maintaining the integrity and functionality of the dam's drainage systems, which are essential for water management and public safety. Interested contractors must submit their bids by September 18, 2024, at 1:00 PM local time, and are encouraged to attend a pre-bid site visit on September 10, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Londres Medranda at londres.medranda@usace.army.mil or Alex R. Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil.
    Rental of Port A Johns
    Active
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified vendors for the rental of six Port A John stations to support personnel operations. The contractor will be responsible for the installation, maintenance, and service of these portable restrooms, ensuring compliance with safety regulations and providing necessary amenities such as water, soap, and towels. This procurement is crucial for maintaining sanitation standards at the shipyard, with a contract period starting from September 23, 2024, to March 22, 2025, and options for six-month extensions. Interested small businesses must submit their quotes by September 16, 2024, at 5:00 PM EST, and can direct inquiries to Melissa White at melissa.e.white13.civ@us.navy.mil or call 757-396-9694.
    J045--HYDRO-JETTING & CABLING SERVICES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for hydro-jetting and cabling services at the Jennifer Moreno VA Medical Center in San Diego, California, under solicitation number 36C26225Q0017. The procurement aims to secure non-personal services for maintaining sewer and waste lines, with a contract period starting on October 1, 2024, and options to extend for up to four additional years, totaling an estimated award amount of $9 million specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative underscores the VA's commitment to supporting veteran-owned businesses while ensuring compliance with federal regulations throughout the procurement process. Interested vendors must submit their quotations by September 17, 2024, at 12:00 PM PST, and direct all inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov by September 13, 2024.
    J045--Hydro Jet Cleaning/Drainage for Loch Raven's campus
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide hydro jet cleaning and drainage services for the Loch Raven campus located at the Veterans Medical Center in Baltimore, Maryland. The contractor will be responsible for hydro jetting drain lines in accordance with the Statement of Work outlined in the solicitation, which is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement is critical for maintaining the plumbing infrastructure at the facility, ensuring efficient waste disposal and operational functionality. Interested contractors must submit their quotations via email to Contract Specialist Charles Willis by September 23, 2024, at 2 PM EST, and must be registered and verified in the U.S. Small Business Administration's VetCert and VIP databases to be eligible for award.
    Replace Lift Station Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to replace a submersible sewage pump at Columbus Air Force Base in Mississippi. The contractor will be responsible for providing all necessary materials, equipment, and transportation for the delivery of a Wilo model FA 10.51E pump or an approved equivalent, which must meet specific technical requirements including a 7.5 HP power rating and a design flow of 600 GPM. This procurement is crucial for maintaining effective waste management systems at the facility, ensuring compliance with operational standards. Interested parties should contact Bryson Cassidy at bryson.cassidy@us.af.mil or Carson Songy at carson.songy@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Portable Restroom Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the rental of a unisex restroom trailer to support a facility renovation project at Altus Air Force Base (AFB) in Oklahoma. The contractor is required to provide a restroom trailer with four to six stalls, equipped with sinks, toilets, and climate control, along with sanitation, facility maintenance, and waste removal services for a period of two years, starting on October 21, 2024. This procurement is crucial for maintaining sanitation standards during the renovation, ensuring a safe and hygienic environment for personnel. Interested vendors must submit their proposals electronically, adhering to the specified requirements, and can contact Isaiah Jones or Jacolbi Thomas for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    Pressure Power Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of seven electric hot water pressure washers, as outlined in the amendment to solicitation FA812524Q0090-01. These pressure washers must meet specific performance standards, including a minimum water output, a pressure of at least 2900 psi, and a temperature of no less than 135 degrees Fahrenheit, along with various safety and operational features to enhance efficiency within the 76th AMXG/569th unit. The acquisition is crucial for maintaining high operational standards and ensuring effective performance in their functions. Proposals are due by September 25, 2024, and interested vendors should contact Jacqueline Henn at Jacqueline.Henn@us.af.mil for further information.