Repair Valves/Hydrants Base Wide
ID: FA480325B0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 6:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 6:06 PM UTC
The Statement of Work (SOW) for the Repair Fire Hydrants project, identified as VLSB 24-0104, outlines the responsibilities of the contractor to replace and install new fire hydrants in South Carolina. The contractor is to secure necessary South Carolina Department of Health and Environmental Control permits, ensure no existing roads are cut, and follow a specified map for the hydrant locations. Key tasks include removing old hydrants, installing new models with isolation valves, applying specific paints according to fire codes, and conducting flow tests post-installation. The project timeline consists of 30 days for preparation, 60 days for construction, and 21 days for closeout. Additionally, the contractor must adhere to relevant construction standards, handle hazardous waste appropriately, ensure a professional work appearance, and manage debris disposal compliant with regulations. A one-year warranty against defects is required. Overall, this SOW signifies the government's effort to maintain essential fire safety infrastructure in alignment with regulatory standards while emphasizing the importance of proper project management and adherence to local guidelines.
Apr 10, 2025, 6:06 PM UTC
The document outlines a map and status report regarding fire hydrants located at Shaw Air Force Base, produced by the Shaw GeoBase team of the Air Combat Command. The map is designed for official use to provide a common installation picture of hydrants, indicating their operational status. It categorizes hydrants as tested (309 in working order), not tested (1), inoperable (16), needing repair (5), needing replacement (9), or scheduled for removal (4). The document highlights the importance of accurate mapping and maintaining hydrant functionality for fire safety protocols. It emphasizes that the information provided is subject to conditions from physical sources, disclaiming liability for any inaccuracies. Unauthorized reproduction or distribution of this material is strictly prohibited, underscoring its confidential nature. This document serves as a vital resource for operational efficiency and safety compliance at the facility.
Apr 10, 2025, 6:06 PM UTC
The document outlines the environmental requirements for contractors working at Shaw Air Force Base (SAFB). It emphasizes the importance of adhering to federal, state, and local regulations related to hazardous materials, waste management, and pollution prevention. Contractors must submit various plans, including a Storm Water Pollution Prevention Plan, Hazardous Materials Worksheet, and reports on municipal solid waste recycling. Specific guidelines are provided for managing hazardous, universal, and non-regulated waste, including necessary training and certification for handling materials like asbestos and lead-based paint. The document also stresses cultural resource preservation during excavation and the importance of minimizing landfill contributions through recycling efforts. Green procurement is mandated, requiring contractors to consider environmentally preferable products. Compliance with air emission standards and reporting spills is crucial to ensuring environmental sustainability at SAFB. Overall, the document establishes a framework to guide contractors in maintaining environmental standards during their operations.
Apr 10, 2025, 6:06 PM UTC
The document outlines the wage determination for heavy dredging contracts in South Carolina, adhering to federal regulations under the Davis-Bacon Act. It specifies minimum wage requirements under Executive Orders 14026 and 13658, which vary based on contract execution dates. Contracts initiated or extended after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. The wage determination includes various classifications of dredging workers, detailing hourly rates and fringe benefits, and stipulates that certain classifications may entitle workers to additional premiums for hazardous duties. Furthermore, it discusses paid sick leave requirements for federal contractors, ensuring protections for employees utilizing their services. The document provides guiding information for contractor obligations and the appeals process for wage determinations, illustrating how wage rates are derived from surveys and collective bargaining agreements. This wage determination is significant in managing labor costs and ensuring compliant hiring practices for state-wide dredging projects funded or supported by federal grants and contracts.
Apr 10, 2025, 6:06 PM UTC
The document pertains to a request for proposal (RFP) for a project aimed at repairing valves at Shaw Air Force Base in Sumter, South Carolina, under the identification code VLSB 24-0104. While specific cost breakdowns for materials, labor, and direct expenses are noted, they show a total of $0.00, indicating either an incomplete proposal or that costs have not yet been finalized. The overall contract price remains unspecified as well, reflecting the preliminary stage of the contracting process. This file is a part of federal government procedures for soliciting contract bids related to maintenance and repair projects, underscoring the need for careful fiscal planning and contractor engagement in governmental operations. It sets the stage for potential contractors to provide detailed quotes while ensuring compliance with federal contracting standards.
The document outlines the environmental requirements for contractors at Shaw Air Force Base (SAFB) regarding the use and management of hazardous materials (HAZMAT). It specifies that contractors must submit Safety Data Sheets (SDS) for all hazardous materials prior to project initiation, alongside a completed SAFB Contractor Worksheet. This worksheet tracks HAZMAT usage, ensuring compliance with various federal regulations and SAFB policy. Those involved in short-term contracts must report monthly usage data, while long-term contractors will utilize the Enterprise Environmental, Safety & Occupational Health Management Information System for tracking. Moreover, it emphasizes waste management strategies aimed at minimizing non-hazardous municipal solid waste and construction debris. The document details the categories of waste, specifying regulatory compliance requirements for hazardous, universal waste, and asbestos handling. Importantly, contractors must follow stringent processes for refrigerant recovery as mandated by the Clean Air Act. This comprehensive guide ensures contractors adhere to environmental regulations while promoting sustainable practices in project execution, supporting SAFB's commitment to environmental stewardship and safety compliance during all contracting activities.
Apr 10, 2025, 6:06 PM UTC
The document outlines a comprehensive report on the operational status, maintenance needs, and repairs of various fire hydrants. It details inspections conducted on multiple hydrants, highlighting issues such as tight stems, damage to operating nuts, seized mechanisms, and the absence of isolation valves. Many hydrants were found to be out of service due to leaks, pressure drops, or operational malfunctions, while others were reported as functional after repairs. The report emphasizes the necessity of prioritizing the replacement of aging hydrants, particularly those identified as needing significant repairs or being out of service. Several hydrants were marked for removal from records due to demolition in their vicinity. Overall, the assessment serves as a vital tool for local government agencies to evaluate their fire hydrant infrastructure, ensuring they meet safety regulations and are operationally sound for emergency responses. The ongoing maintenance efforts reflect the commitment to enhancing public safety through efficient management of fire hydrant resources.
Apr 10, 2025, 6:06 PM UTC
The document is a Schedule of Material Submittals related to the Repair of Fire Hydrants and Valves under Solicitation No. F38604-99-1480. It outlines the requirements for submission by contractors to ensure compliance with project standards. Key elements include the necessity for a construction schedule, material submittals, operation and maintenance manuals, and as-built drawings. Each submission must be tracked with dates for receipt and approval, signaling critical timelines for project execution. The form is designed for both project engineers and contract administrators to verify compliance and approval, facilitating efficient management during the repair process. This documentation underscores the importance of meticulous record-keeping and adherence to specifications in government projects, ensuring quality and safety in public infrastructure.
Apr 10, 2025, 6:06 PM UTC
The "Design and Construction Standards for Shaw Air Force Base, South Carolina" outlines comprehensive guidelines for construction activities at the base, including new builds, remodeling, and demolition. The document serves as a critical reference for architects, engineers, and contractors, ensuring compliance with federal, state, and local regulations, as well as industry standards like NFPA and ICC codes. Specific sections cover various topics, including site work, architectural design, mechanical and electrical systems, fire suppression, and environmental requirements along with antiterrorism force protection measures. Permitting details emphasize project compliance with environmental laws and local agencies, while established forms facilitate documentation and communication. The standards mandate collaboration with relevant authorities, ensuring all construction efforts align with safety and operational priorities. Additionally, the manual underscores the importance of resource management and sustainability through recycling and proper waste disposal practices, highlighting its relevance in maintaining regulatory compliance and operational efficiency. This document ultimately encapsulates the essential protocols governing design and construction for Shaw AFB, prioritizing safety, resilience, and adherence to regulatory frameworks.
Apr 10, 2025, 6:06 PM UTC
The document outlines procedures and requirements for individuals seeking access to Shaw Air Force Base, emphasizing the necessity for a Criminal Background History Check. It states that personal information—including full legal name, date of birth, Social Security number, and citizenship status—must be protected under the Privacy Act of 1974. The sponsor, responsible for the individuals listed, must ensure that access passes are managed correctly and deactivated when access is no longer needed. The submission of this information must occur via the sponsor's governmental email, ensuring the sensitivity of the data is maintained. This document serves as a critical component in managing base access protocols, thereby enhancing security and compliance within military installations.
The memorandum issued by the 20th Fighter Wing at Shaw Air Force Base outlines the procedures for requesting background checks for contractors or employees needing base access. It requires a completed form sent through government email or fax, detailing the individual's name, birth date, social security number, and other identifying information. Sponsors must provide justification for access and indicate the duration and purpose of the visit, such as construction or meetings. The document emphasizes the significance of privacy in handling this sensitive information under the Privacy Act of 1974, while reinforcing the sponsor's responsibility for the individual’s actions. Failure to comply with access procedures can lead to loss of privileges or legal repercussions. This memorandum plays a crucial role in maintaining base security and streamlining access processes for authorized personnel.
This memorandum from the 20th Security Forces Squadron at Shaw Air Force Base outlines essential security procedures for contractor personnel prior to project commencement. It emphasizes obtaining necessary identification and background checks for contractors prior to base entry, requiring submission of personal data seven to ten days in advance. The document specifies that contractors cannot carry weapons onto the base and outlines strict photography regulations, especially near sensitive areas. Additionally, it addresses restricted area access protocols, including escort requirements, free zones for mission-critical activities, and the need for a detailed entry authority list. The memo mandates reporting any security threats to appropriate authorities and provides information on base access points, vehicle regulations, and safety measures. It ensures that contractors are aware of their obligations regarding security procedures and compliance while facilitating their work on the base. This document serves as a critical briefing to ensure that contractor personnel adhere to the stringent security measures necessary for operations within a military installation.
Apr 10, 2025, 6:06 PM UTC
The document outlines the implications of the REAL ID Act, specifically relating to identification requirements for accessing Shaw Air Force Base (AFB). It states that as of now, all states and territories are compliant or under a temporary extension valid until May 7, 2025. Identification cards from non-compliant states or those carrying specific disclaimers indicating limitations for federal identification will not be accepted alone. An extensive list of acceptable forms of identification is provided, including federally issued IDs like passports, military IDs, and various documents confirming identity or citizenship. State-issued IDs compliant with REAL ID standards, such as enhanced driver's licenses, are also acceptable. The document serves as a critical guide informing individuals on identification requirements for federal access, relevant to the context of government transactions like federal grants and RFPs, emphasizing compliance with federal identification policies.
Apr 10, 2025, 6:06 PM UTC
The government solicitation for Shaw Air Force Base (AFB) invites bids for the Repair of Valves and Hydrants Base Wide project, estimated between $250,000 and $500,000, with a primary focus on small businesses under NAICS 236220. The successful contractor must begin work within a specified timeframe and complete it within 111 calendar days after receipt of the Notice to Proceed. Contractor obligations include furnishing performance and payment bonds and adhering to various solicitation requirements, including providing a sealed offer and an offer guarantee. A site visit is scheduled for April 17, 2025, and all inquiries must be submitted in writing to the contracting officers. Bids are due by May 12, 2025, at 2:00 PM EST. The document includes sections regarding service specifications, inspection criteria, contract administration, and clauses vital for compliance with performance and regulatory expectations. Additionally, it outlines terms for subcontracting limitations and allows for adjustments based on specific circumstances related to small business participation and materials sourcing. This solicitation reflects federal procurement processes aimed at ensuring efficient execution of construction and repair projects while fostering small business engagement.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
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 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.
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.
Repair Fire Hydrant by Bldg 22
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of a fire hydrant located by Building 22 at the Cheyenne Regional Airport in Wyoming. The project entails a supply purchase with installation, requiring the contractor to assess the hydrant's condition, execute necessary repairs, and ensure compliance with safety regulations. This procurement is particularly significant as it is set aside for small businesses, with a firm fixed price of $45 million for the contract, which is expected to be awarded by May 31, 2025. Interested contractors must submit their proposals by April 29, 2025, and can reach out to Christopher Davalos or Kristopher W Kahle for further information.
Fire Protection Repairs
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for fire protection repairs at the 130th Airlift Wing located at McLaughlin Air National Guard Base in Charleston, West Virginia. The project encompasses a range of fire prevention repairs, including flow testing hydrants, repairing sprinkler systems, and replacing fire alarm panels across multiple buildings, with a contract value estimated between $100,000 and $250,000. This initiative underscores the government's commitment to maintaining safety standards and enhancing fire protection infrastructure, with a contract period of 90 days following the issuance of a Notice to Proceed. Interested small businesses must submit their bids by April 28, 2025, and can direct inquiries to SSgt Jorden McCormick at jorden.mccormick@us.af.mil or Lt Col Sam Stuck at samuel.stuck@us.af.mil.
Replace Water Service Lines
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of water service lines at Goodfellow Air Force Base in Texas. The project entails providing new domestic water service lines, including all necessary plumbing, fittings, and connections, while utilizing lead-free materials and conducting hydro-excavation of existing lines as per the Statement of Work. This initiative is crucial for ensuring the health and safety of base personnel by replacing contaminated water lines and maintaining compliance with federal standards. Interested contractors must submit their bids by May 2, 2025, and are required to have an active registration in the System for Award Management (SAM). The estimated project cost ranges between $100,000 and $250,000, with key contacts including SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil and Ryan Ramjit at ryan.ramjit.2@us.af.mil for further inquiries.
Hydrant Area C Refueling Facilities
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking interested business sources for the upcoming Hydrant Area C Refueling Facilities project at Fairchild Air Force Base in Spokane, Washington. This project aims to construct a Type III jet fuel hydrant system to enhance the fueling capabilities for the Washington Air National Guard, which currently lacks adequate facilities to support its missions. The anticipated contract will be a firm fixed-price design-bid-build construction project, with a magnitude between $25 million and $100 million, requiring 100 percent payment and performance bonds. Interested firms must submit a capabilities package by May 7, 2025, to Michael Saldana at michael.e.saldana@usace.army.mil, and ensure they are registered in the System for Award Management (SAM) to be eligible for government contracts.
Barricade System Hydraulic Cylinder Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the installation and replacement of hydraulic cylinders and related components for the barricade system at Goodfellow Air Force Base in Texas. The project requires contractors to provide all necessary components, including 3" x 10" hydraulic cylinders, hydraulic filters, and hydraulic fluid, ensuring compliance with specified manufacturer standards and safety regulations. This procurement is critical for maintaining operational security and safety at the base, particularly in preventing unauthorized vehicle access. Interested small businesses must submit their quotes by April 30, 2025, and are encouraged to attend a site visit on April 22, 2025, with all inquiries directed to Contract Specialist SrA Larenz Hernandez at larenz.hernandez@us.af.mil or (325) 654-3800.
Repair Fire Suppression
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of fire suppression systems at the 153d Airlift Wing located at Cheyenne Regional Airport in Wyoming. The contractor will be responsible for conducting visual inspections, replacing mechanical seals and solenoid valves on fire pumps, and ensuring the system's operational integrity through comprehensive testing. This project is critical for maintaining safety standards and compliance within government facilities, emphasizing the importance of effective fire protection systems. Interested small businesses, particularly those eligible under the Total Small Business Set-Aside, should contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil for further details, with a total award amount of $19,000,000 and a delivery timeline of 30 calendar days following the award date.