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
    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 objective is to upgrade twenty-nine fire hydrants in accordance with the attached Statement of Work, which includes tasks such as removing old hydrants, installing new models with isolation valves, and conducting flow tests post-installation. This project is crucial for maintaining fire safety infrastructure and ensuring compliance with regulatory standards. Bids are due by May 20, 2025, at 2:00 PM EST, with a bid opening scheduled for May 21, 2025, and an estimated contract value between $250,000 and $500,000. Interested contractors can contact SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document serves as an amendment to a federal solicitation for construction contracts, specifically extending the bid due date and clarifying related terms. The bid submission deadline has been moved from May 12, 2025, to May 20, 2025, at 2:00 PM EST to accommodate additional time for responses to questions from interested parties. Consequently, the bid opening is now scheduled for May 21, 2025, at the 20th Contracting Squadron at Shaw Air Force Base, which will also allow for remote participation via a TEAMS invitation. Moreover, the amendment underscores that the overarching terms and conditions of the solicitation remain unchanged. Key project details include the requirement for bids to be submitted by a 100% Small Business set-aside acquisition for NAICS Code 236220, with an estimated construction magnitude between $250,000 and $500,000. A site visit was previously conducted, and no further questions will be accepted regarding the solicitation. This amendment ensures clarity and provides a structured approach for potential contractors while maintaining compliance with federal requirements for the bidding process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    CHS Water System Notice of Intent
    Buyer not available
    The Department of Defense intends to award a single-source contract for potable water, fire protection, and sanitary sewer utility services at Joint Base Charleston (JB CHS) in South Carolina. The contract, which will be awarded to Charleston Water System, is essential for ensuring uninterrupted utility services at the base, with a performance period from March 2, 2026, to March 1, 2036. This procurement is critical as it prevents any disruption in essential services that could arise from transitioning to a new service provider. Interested parties may express their interest and capabilities by contacting Mr. Daniel Teeter at daniel.teeter@us.af.mil or Ms. Taylor McDaniel at taylor.mcdaniel.1@us.af.mil, with responses due by 1:00 PM EST on January 5, 2026.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming construction of Hydrant Area C Refueling Facilities at Fairchild Air Force Base in Spokane, Washington. This project involves the construction of a new hydrant loop, including hydrant pits, fuel piping, and a pumphouse, along with necessary environmental mitigation measures for contaminated soil and groundwater. The anticipated period of performance is approximately 1035 calendar days, with a construction award targeted for fiscal year 2027, and the estimated cost of construction ranges between $25 million and $100 million. Interested parties are encouraged to provide comments regarding the use of a PLA and can contact Linda O'Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    New Manufacture of Sleeve and Slide, Directional Control Linear Valve for the E-3B/C/G
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the new manufacture of a "Sleeve and Slide, Directional Control Linear Valve" (NSN: 4810-00-348-6335 HS). This procurement is anticipated to be a sole source award to Hydro-Aire, INC (CAGE: 81982), with an estimated quantity of 50 units required, and pricing to be provided for ranges of 13-50 and 51-75 units. The valves are critical components used in aircraft systems, ensuring proper directional control and functionality. Interested parties must submit their offers by January 8, 2025, at 3:00 PM CST, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Hill AFB, UT. For further inquiries, contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Z1DA--550-26-120 Emergent South Water Tower Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the emergent repairs of the South Water Tower under Project 550-26-120. The project involves extensive repair work on a 200,000-gallon multi-column elevated water storage tank, including tasks such as installing safety devices, replacing components, and ensuring compliance with health and safety regulations. This procurement is critical for maintaining uninterrupted operations at the VA Illiana Health Care System in Danville, IL, and ensuring the water tower meets operational standards. Interested contractors must submit their bids by December 10, 2025, at 12:00 PM CST, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.