Repair Wells 3 SCADA Automation
ID: FA480325B0002Type: Presolicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

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 for the "Repair Wells 3 SCADA Automation" project at Shaw Air Force Base in South Carolina. The procurement aims to enhance the water distribution system by installing advanced process equipment, control systems, and SCADA technology, including the integration of chemical analyzers, flow meters, and remote monitoring capabilities. This initiative is critical for modernizing utilities, ensuring operational efficiency, and maintaining safety compliance within government facilities. Interested parties should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The project "Repair Well 3 SCADA Design/Build" at Shaw AFB aims to enhance the water distribution system by installing advanced process equipment, control systems, and SCADA technology. The scope involves designing, integrating, and automating systems for efficient monitoring and control of water wells. Key design requirements include submitting design documents at various stages, from 35% to 95%, incorporating existing specifications, and providing as-built documentation. The contractor must also install a comprehensive automation system, including chlorination and chemical feeding systems, flow meters, and remote monitoring capabilities via HMI displays. The schedule outlines a timeline for design submissions and construction phases with an estimated total project duration of 429 to 499 days. The contractor is responsible for adhering to safety and environmental standards while ensuring all equipment is compliant with federal and state regulations. Ultimately, the initiative demonstrates the government’s commitment to modernizing utilities while enhancing operational efficiency and safety compliance at Shaw AFB.
    The provided document outlines various Human-Machine Interface (HMI) screens related to a specific system. Each screen serves a distinct function, including Home, Status, Settings, Calibrations, Alarms, Log, and User Messages. The purpose of these interfaces is to facilitate user interactions by providing necessary information and controls for monitoring and managing the system effectively. The layout likely correlates with federal or state RFPs aimed at enhancing technology-driven solutions for government operations, focusing on user-friendly designs and operational efficiency. By presenting critical operational data and system controls through these interfaces, the document underscores the importance of intuitive navigation in systems utilized by government entities. The HMI designs likely aim at ensuring that personnel can efficiently manage system status and respond to alarms, suggesting a commitment to both functionality and user experience in government technology applications.
    The document outlines a series of upgrades and modifications needed for Well 3, focusing on a new level sensor system, electrical infrastructure, and workspace enhancements. The contractor is instructed to replace the existing three-level sensors with a single ultrasonic or radar sensor mounted on a new 4-inch PVC pipe with appropriate markings for water levels. A heat tracing system is required, along with the reuse or installation of a pressure gauge. Additional tasks include demolishing old cabinets and analyzers, returning equipment to the 20th CES, and verifying power supply to the new motor variable frequency drive (VFD). Moreover, a drop-down table is to be installed for sample collection, and a display showing operational status for each well and tower is to be created, preferably featuring a gray background. These upgrades aim to enhance operational efficiency and monitoring capabilities at Well 3, aligning with government standards and improving overall functionality. The document serves as part of a federal request for proposals (RFPs), indicating clear expectations for prospective contractors managing the modifications and installations.
    The "Well Automation" project, led by Project Engineer Christopher Smith within the 20 CES department, focuses on enhancing automation for well systems. The proposal outlines various components for procurement and installation, including chemical analyzers, eye wash stations, Allen Bradley variable frequency drives, level sensors, flow meters, and chemical feed pumps. It emphasizes the need for services like PLC programming, automation setup testing, and project management oversight. The document specifies line items with corresponding quantities, labor and material costs, and a total contract price to be determined. Key personnel such as the superintendent and project manager are mentioned, along with labor hour estimates and average rates. The project aims to streamline operations and ensure safety through automation improvements, reflecting a broader initiative likely aligned with government grants and RFPs for infrastructure upgrades. Overall, this document is a formal request for bids or proposals that adheres to federal requirements for project execution in public sectors.
    The document details a schedule of material submittals for a federal construction project, specifically under Solicitation No. F38604-99-1480. It outlines the responsibilities of the project engineer and contract administrator for various submittals related to the construction process. Key items include construction schedules, operation and maintenance manuals, and different phases of design drawings (35%, 65%, and 95%) to be submitted at specified times. The purpose is to ensure compliance with contract requirements and streamline submission processes, with clear indicators for submission dates and necessary approvals. Each entry is structured to track dates for contractor notifications, submission statuses, and compliance, emphasizing the importance of timely and accurate documentation in government contracting. The overall goal is to facilitate coordination between the contractor and civil engineering teams while maintaining quality control standards essential for federal projects.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    T1617 Tank Repair & Tank 2003 Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and inspection of Tank 1617 and Tank 2003 located at Shaw Air Force Base in South Carolina. The project involves comprehensive maintenance procedures, including cleaning, coating, and repairs to ensure compliance with environmental standards and safety regulations, as outlined in the associated documentation. This initiative is critical for maintaining the integrity and functionality of water infrastructure on the base, which is essential for operational readiness. Interested parties should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    B825 Chiller and Boiler Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B825 Chiller and Boiler Repair project at Shaw Air Force Base in South Carolina. The project involves the demolition of outdated chillers and a boiler, followed by the installation of new government-furnished equipment, with a total duration of approximately 126 calendar days. This initiative is critical for maintaining operational efficiency at the Base Defense Operations Center and requires compliance with various federal, state, and local construction standards, as well as environmental regulations. Interested contractors, particularly small businesses, should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details and to ensure adherence to the outlined requirements.
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.
    Sources Sought – Supervisory Control and Data Acquisition System
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Marianas (NAVFACMAR), is seeking sources for a Supervisory Control and Data Acquisition (SCADA) system compatible with the Naval Base Guam Potable Water system. The procurement specifically requires Programmable Logic Controllers (PLCs) and a SCADA system that can seamlessly integrate with existing Rockwell Automation (Allen-Bradley) components, emphasizing the need for brand-name products to ensure compatibility and reliability in critical infrastructure technology. This initiative is vital for maintaining essential utility services at Naval Base Guam, and interested vendors must demonstrate relevant experience in integrating non-Rockwell systems with Rockwell SCADA, providing detailed project descriptions and customer references. For inquiries, potential contractors can contact Jamie C. Peightal at jamie.c.peightal.civ@us.navy.mil or Doris R. Castro at doris.r.castro.civ@us.navy.mil.
    Reverse Osmosis System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Reverse Osmosis System through a Combined Synopsis/Solicitation notice. This procurement aims to acquire a water supply and irrigation system, which is critical for ensuring the availability of clean water for various applications, including medical and surgical needs. The project will take place at Wright Patterson Air Force Base in Ohio, and it is set aside for small businesses under the SBA guidelines. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further information.
    Removal and Installation of Exterior Fabric Liner on Building
    Buyer not available
    The Department of Defense, specifically the Air Force's 20th Contracting Squadron, is seeking contractors for the removal and installation of an exterior fabric liner on a building at Shaw Air Force Base. The project entails replacing an existing 60’ x 200’ fabric liner with a new liner of the same specifications, ensuring compliance with regulatory standards for debris disposal. This procurement falls under NAICS Code 332311, which pertains to Prefabricated Metal Building and Component Manufacturing, highlighting the importance of maintaining facility integrity and functionality. Interested contractors must submit their capabilities, including business size and past performance, by February 14, 2025, and can contact SSgt James Bridges at james.bridges.6@gmail.com or Daniel Kane at daniel.kane.8@us.af.mil for further information.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a project titled "Repair Drainage and Outfalls" at Malmstrom Air Force Base in Montana. The project involves the replacement and repair of storm drainage facilities, including various culverts and sluice gates, as well as the installation of lighting and bank protection measures, all while adhering to strict environmental and safety regulations. This initiative is crucial for maintaining effective water management and operational readiness at the base, reflecting the government's commitment to infrastructure sustainability. Interested parties should contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or 406-731-4354, or Jeffrey Krieger at jeffrey.krieger@us.af.mil or 406-731-4014 for further details, as this is a total small business set-aside opportunity.
    Offutt AFB HVAC Control System Upgrade
    Buyer not available
    The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base, Nebraska, is seeking potential sources for the upgrade of HVAC control systems, specifically the replacement of outdated Excel 5000 series controllers. The project involves replacing these controllers with compatible Honeywell Tridium N4 products, updating the control system's programming and database, and ensuring compliance with cybersecurity standards while minimizing disruption to facility operations. This upgrade is critical for maintaining the functionality of HVAC systems that support mission-critical operations, as failures can lead to delays and emergency repairs. Interested parties are encouraged to submit their capabilities by 1:00 PM (CST) on November 14, 2024, to the primary contacts, Jose Buenaventura and Austin D. Palrang, via their provided email addresses. Note that this is a sources sought notice for planning purposes only, and no funds are currently available for this effort.
    Purchase and install 3 water fountains
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase and installation of three combination ice makers and hot/cold water dispensers at Offutt Air Force Base in Nebraska. The procurement requires offerors to submit a price quotation valid for 60 days, a detailed technical capability plan, and the completion of necessary clauses and provisions, with a focus on ensuring compliance with federal regulations and small business participation. This initiative aims to enhance facility amenities for the 97th Intelligence Squadron, ensuring that essential water and ice services meet operational standards. Interested vendors must submit their quotes by February 28, 2025, and can direct inquiries to Ryan DeVincent at ryan.devincent@us.af.mil or Brian Bilello at brian.bilello@us.af.mil.
    VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the project titled "VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE." This project entails the mobilization and demobilization of labor, equipment, and materials to replace approximately 11,164 linear feet of sanitary sewer lines, repair and replace manholes, and manage the abandonment of certain sewer segments in a former residential area. The work will utilize various methods, including open cut, pipe bursting, and horizontal directional drilling, highlighting the importance of effective sewer infrastructure maintenance. Interested small businesses are encouraged to reach out to the primary contact, Steven Stocking, at steven.stocking.2@us.af.mil or 586-239-4881, or the secondary contact, Anna Randall, at anna.randall.1@us.af.mil or 586-239-5526, for further details regarding this total small business set-aside opportunity.