Well 3 & Well 5 Repair w/SCADA Automation
ID: FA480325B0002Type: Solicitation
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 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.

    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 Statement of Work (SOW) outlines the engineering requirements for the repair of Well 3 at Shaw Air Force Base, focusing on the design and build of a SCADA (Supervisory Control and Data Acquisition) system. The project entails the installation of process equipment, control systems, and remote SCADA access utilizing specifically permitted hardware. Key deliverables include design documents at 35%, 65%, and 95% completion stages, along with detailed specifications for components like chemical analyzers and flow meters. Integration aims to automate the water distribution system, ensuring functionality such as pressure maintenance and alarm setups for monitoring. The schedule delineates crucial milestones, from design submissions to construction completion, ensuring adherence to various industry standards. Overall, the project reinforces the commitment to modernize water systems while ensuring safety and compliance with regulatory frameworks.
    The memorandum from the 20th Fighter Wing at Shaw Air Force Base outlines the procedure for requesting background checks for contractors or employees needing access to base facilities. The document specifies essential information that must be included in the request, such as the individual's name, date of birth, social security number, driver's license number, and employment details. It emphasizes the importance of this information being submitted by the designated sponsor via government email or fax for processing criminal background history checks, with strict adherence to the Privacy Act of 1974. The sponsor is held accountable for the individual’s access and must ensure the retrieval of security passes when access is no longer required. This memo underscores the security protocols necessary for maintaining safety and compliance at military installations while facilitating necessary access for contractors and employees involved in various services on the base.
    The memorandum from the 20th Fighter Wing at Shaw Air Force Base outlines security procedures for contractor personnel prior to construction activities on base. Key requirements include obtaining base entry passes for all contract employees, which necessitates a criminal background check. Contractors must submit employee details in advance and cannot bring guests unless sponsored by government employees. The transport of weapons is strictly prohibited, and photographs of restricted areas require prior authorization. Access to controlled and restricted areas must involve designated escorts, and the establishment of free zones is outlined. Furthermore, contractors are reminded about vehicle safety rules, including speed limits and seatbelt use, which are enforced on the premises. The memorandum emphasizes the importance of reporting security threats and ensures all contractors are briefed on these protocols for compliance. This document serves as a critical guideline for contractors to understand base security measures, reflecting the stringent security environment at military installations.
    The document outlines the implications of the REAL ID Act for identification requirements, particularly for accessing Shaw Air Force Base (AFB). As of May 7, 2025, all states and territories are either compliant or operating under an extension in accordance with the Act. Acceptable forms of identification must be either from REAL ID compliant states or an alternate recognized form, which includes various federal identification documents, state-issued IDs that meet REAL ID standards, and select other forms of ID such as a passport or native tribal ID. The document provides a detailed list of acceptable IDs, emphasizing the importance of compliance with federal identification standards. It serves as a guide for individuals seeking access to federal facilities, highlighting the transition towards uniform identification measures per federal requirements. Regular updates are encouraged through the provided website link. This document is significant for RFP processes involving federal facilities, ensuring adherence to the REAL ID Act and maintaining security protocols.
    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 document outlines a proposal for a Well Automation project led by Project Engineer Christopher Smith under the Department of 20 CES. It contains two distinct project iterations dated 4/8/2025 and 12/18/2024, indicating the materials and labor required for the automation upgrades. Key items include chemical analyzers, ultrasonic level sensors, PLC programming, and Allen Bradley variable frequency drives (VFD), among others. Each iteration provides a detailed breakdown of units, quantities, material costs, labor hours, and line totals. The document emphasizes the total project costs, encompassing material, labor, overhead, and anticipated profits, ultimately aggregating into a total contract price. This proposal forms part of the broader context of federal grants and RFPs aimed at improving infrastructure through automation technology at municipal levels. It underscores significant aspects of project resource allocation, cost analysis, and is designed to comply with federal contracting guidelines.
    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 is a Schedule of Material Submittals for Solicitation No. F38604-99-1480, indicating compliance and submission requirements for a construction project. It outlines essential categories of submittals which include construction schedules, equipment specifications, operation and maintenance manuals, and various stages of design drawings (35%, 65%, 95%, and as-built). Each line item requires the contractor to submit specific documents within defined timelines, starting from one week post-notice to proceed (NTP). The document includes sections for tracking submission dates, approvals, and remarks regarding compliance or disapproval. This structured approach ensures that all materials and documentation comply with project specifications and standards, emphasizing accountability and workflow management within government contracting processes. Overall, it serves as a critical framework for project engineers and contract administrators to manage and oversee contractor submissions effectively, ensuring timely delivery of compliant documentation throughout the construction phase.
    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.
    The document outlines General Decision Number SC20250030 regarding wage determinations for building construction projects in Sumter County, South Carolina, effective January 3, 2025. It specifies wage rates applicable under the Davis-Bacon Act and associated Executive Orders, highlighting the minimum wage requirements of $17.75 per hour under Executive Order 14026 for contracts initiated or renewed after January 30, 2022. For contracts awarded between January 1, 2015, and January 29, 2022, the wage is set at $13.30 per hour under Executive Order 13658. The wage determination includes rates and fringe benefits for various skilled trades such as electricians, pipefitters, and carpenters, noting that additional classifications can be added post-award through a conformance request. It also describes the appeals process for wage determinations, providing guidance for submitting requests for review and reconsideration to the appropriate governmental bodies. The emphasis on worker protections and the annual adjustment of the minimum wage rates is a critical aspect, reflecting the government's commitment to fair labor practices in federal and state contracting.
    The Design and Construction Standards for Shaw Air Force Base (AFB) outline comprehensive guidelines for all design and construction operations within the base and its jurisdictions. This document specifies the requirements for new facility designs, remodeling, and demolition, while emphasizing compliance with federal, state, and local regulations, including environmental standards and antiterrorism measures. Key sections address civil engineering, architectural design, mechanical and electrical systems, fire suppression, and environmental requirements, ensuring that all projects meet stringent safety, quality, and operational standards. Detailed procedural guidelines for obtaining necessary permits, coordinating utility outages, and maintaining environmental compliance are also included. This document serves as an essential reference for architects, engineers, and contractors involved in projects at Shaw AFB, ensuring that all construction adheres to established criteria in support of effective resource management and regulatory compliance.
    The document outlines a procedural requirement from the 20th Fighter Wing at Shaw Air Force Base regarding criminal background checks for individuals seeking access to the base. It emphasizes that the information collected is protected under the Privacy Act of 1974 and will solely be used for screening purposes. The form requires essential personal details such as full legal names, dates of birth, Social Security numbers, and verification of U.S. citizenship. It mandates that sponsors are responsible for the access privileges of the listed individuals, ensuring retrieval or deactivation of their access passes as necessary. Additionally, the document specifies that submissions must originate from a government email account and provides directions for the proper submission process. This document reflects a commitment to security at a federal installation, highlighting the importance of thorough vetting for personnel accessing sensitive military facilities.
    The document outlines a federal solicitation for construction work at Shaw Air Force Base (AFB) focused on repairing Well 3 and Well 5 while integrating SCADA automation. The project will require the contractor to provide design, materials, labor, and compliance with various standards, including ANSI and AWWA. The expected contract value ranges between $500,000 and $1,000,000, with performance expected to commence after the award and complete within specified calendar days. A site visit is scheduled, and questions must be submitted by an indicated deadline. Proposals are due by May 20, 2025, with an opening of offer packages on May 22, 2025. The document includes clauses regarding performance bonds, inspection, acceptance, and compliance with labor laws. It emphasizes full compliance requirements for safety, environment, and construction codes. The solicitation exemplifies a commitment to upgrading infrastructure while adhering to regulatory standards and encouraging competitive bids from contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CHS Water System Notice of Intent
    Dept Of Defense
    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.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project involves replacing existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, and requires the contractor to provide all necessary labor, equipment, and materials. This procurement is critical for maintaining the operational integrity of electrical systems at the airfield, ensuring reliable power distribution for military operations. Interested contractors must submit their bids electronically by 9:00 AM EST on January 8, 2026, with a project budget estimated between $10 million and $25 million. For further inquiries, contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    Cross Connection Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Maxwell AFB - Airfield Repairs - Amendment 0002
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for which prior registration is required.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.