ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

RENOVATE, Pump House – Bldg 5027, Scott AFB, IL

DEPT OF DEFENSE W50S7S25BA001
Response Deadline
Sep 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the 126th Base Contracting Office, is soliciting bids for the renovation of the Pump House (Building 5027) at Scott Air Force Base, Illinois. The project aims to restore fire suppression capabilities by undertaking extensive repairs and upgrades, including replacing the fire alarm system, piping, and various mechanical components, as outlined in the Performance Work Statement. This renovation is critical for ensuring the operational readiness and safety of the facility, with an estimated contract value between $250,000 and $500,000. Interested small businesses must submit their bids by September 16, 2025, at 10:00 AM CDT, and can direct inquiries to Capt Christopher Fisher at christopher.fisher.7@us.af.mil or MSgt Jonathan Middleton at jonathan.middleton.5@us.af.mil.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

11 Files
Solicitation - W50S7S25BA001.pdf
PDF5643 KBSep 16, 2025
AI Summary
This Invitation for Bids (IFB) from the 126th Base Contracting Office is for the renovation of the Pump House – Building 5027 at Scott Air Force Base, IL, a project estimated between $250,000 and $500,000. The renovation aims to repair and improve the pump house, including mechanical equipment and infrastructure, to ensure adequate fire suppression for the 126ARW Maintenance Hangar, based on a study by Hurst-Rosche. This is a small business set-aside with NAICS code 236220. Key requirements include submission of bids with SF 1442, a bid bond (SF24), and completion of Section K representations, all by September 16, 2025, at 10:00 AM local time. Contractors must be registered in SAM.gov. Performance is required within 10 calendar days of award and completion within 90 calendar days of receiving notice to proceed. The document details administrative, security, and safety protocols, including insurance, scheduling, invoicing via WAWF, quality control, and environmental compliance. It also outlines requirements for project reporting, site access, and personnel conduct, emphasizing adherence to federal regulations.
1 - PWS - RENOVATE Pump House - Bldg 5027.pdf
PDF1666 KBSep 16, 2025
AI Summary
The Performance Work Statement (PWS) outlines the renovation of the pump house (Building 5027) at Scott Air Force Base, Illinois, to restore its fire suppression capabilities. The project, based on a Hurst-Rosche study, addresses 17 key items including replacing the fire alarm system, pipes, flow meters, butterfly valves, and fire pump relief valves. Other critical tasks include reconfiguring the jockey pump, replacing the altitude valve, fire pump test header valves, FDC cap, and fire pump gauges, repairing leaking/degraded piping and pipe flange damage, replacing battery racks, and reconfiguring the fill system and Rosemount Eagle Eye Flow Meter. The contractor must adhere to strict codes (UFC, NFPA, NEC), coordinate site visits, meetings, and schedules, and ensure quality control, safety, and proper disposal of hazardous materials. The work is in a controlled zone, requiring escort, and may necessitate fire watches during system outages. The project aims to enhance fire safety infrastructure, ensuring compliance and operational readiness.
5 - Wage Determination_IL20250007.pdf
PDF4107 KBSep 16, 2025
AI Summary
No AI summary available for this file.
Site Visit MFR.pdf
PDF160 KBSep 16, 2025
AI Summary
The memorandum details a site visit for solicitation W50S7S25BA001, concerning the renovation of Pump House B5027 and other buildings at the 126ARW campus. Conducted on August 20, 2025, the meeting outlined the bid submission process, adhering to FAR Part 14 procedures. Key requirements for a complete bid package include one physical copy and one disk (CD/DVD) containing a signed SF 1442, a priced Bid Schedule (Section B), a Bid Bond on SF24, and completed Section K (Representations and Certifications). All electronic documents must be in Microsoft Word or Adobe Acrobat format and be accessible. Bidders must ensure their SF 1442 is signed by an authorized official and acknowledge all solicitation amendments. Proposals can be hand-carried or mailed, with strict adherence to deadlines, as extensions are not anticipated. Technical questions must be submitted in writing for official responses via solicitation amendment.
Site Visit Sign-in Sheet_Redacted.pdf
PDF1279 KBSep 16, 2025
AI Summary
No AI summary available for this file.
Pump House RFI Response.pdf
PDF348 KBSep 16, 2025
AI Summary
This document clarifies various aspects of a government RFP related to fire suppression and water systems, addressing contractor questions on design, engineering, testing, and specific scope items. Key points include testing and commissioning requirements for repairs, with fire watch responsibilities assigned to 126ARW. Several scope items are clarified or descope: Fire pump gauges are descoped from Item #11 as they were recently replaced. Item #12's description is corrected to reflect monitoring and installation of a new riser check assembly for the fire pump room sprinkler system. Cleaning and inspection of the existing water tank are excluded, except for specific wall cleaning in Item #13. All yellow and red pipes on G-102 are to be replaced, extending 4-6 feet into water tanks or just below floor grade. A mechanical water tank level gauge is desired. For Item #14, the 8-inch domestic water service pipe is to be replaced to the Tee in the water line between buildings 5027 and 5026, and a temporary water service tap is not required. Items #3 and #17 (Replace Flow Meter) are eliminated. Notes on G-102 regarding fuel tank monitoring and suction/discharge gauges are excluded. Cleaning and painting rusted pipes are not included in the scope.
Checklist for Bid Bonds.docx
Word35 KBSep 16, 2025
AI Summary
The NGB-JA Bid Bond Checklist for Solicitation is a comprehensive guide for evaluating bid bonds in federal government RFPs. It details 26 critical checks to ensure compliance with FAR regulations and Treasury Department Circulars. Key requirements include proper execution on SF 24 or SF 34, alignment of bond execution and bid opening dates, and exact matching of principal and surety names. The checklist also verifies the penal sum, surety's underwriting limitations, and the inclusion of the solicitation number. It addresses proper execution by both principal and surety, including seals, signatures, and titles. Special attention is given to powers of attorney, co-sureties, foreign surety companies, and individual sureties, ensuring all necessary documentation and compliance standards are met. The document concludes with a list of essential documents to be forwarded for legal review, ensuring all aspects of the bid bond are meticulously verified for accuracy and adherence to federal contracting standards.
Sealed Bid Checklist.pdf
PDF148 KBSep 16, 2025
AI Summary
This document provides a comprehensive checklist for bidders on federal government RFPs, specifically for construction and dredging projects, to prevent common irregularities and ensure compliance. It outlines 20 critical points that bidders must address to ensure their submissions are responsive and complete. Key areas include acknowledging amendments, ensuring all prices are accurately inserted and encompass all costs (subcontractors, indirect costs, profit, bonds), verifying the bid schedule is current, and checking all computations and decimal points. The checklist also emphasizes proper execution and submission of the bid form, including authorized signatures and bidder's address, and legal evidence for agents. Crucially, it highlights the correct submission of Bid Bonds on STANDARD FORM 24, with all required attachments such as corporate certificates and Power of Attorney, noting non-compliance will lead to a nonresponsive bid. Additionally, it requires completion of specific forms like the Plant and Equipment Schedule and "Work to be Performed with Contractor's Own Organization," and full completion of all representations, certifications, including the Certificate of Procurement Integrity for bids over $100,000 to avoid being nonresponsive. The document warns against qualifying bids, which could also lead to a nonresponsive designation, stressing adherence to submission deadlines and withdrawal provisions. This checklist serves as a vital guide for bidders to navigate the complexities of government contracting successfully.
1 - Revision 1_PWS - RENOVATE Pump House - Bldg 5027.pdf
PDF1669 KBSep 16, 2025
AI Summary
This Performance Work Statement outlines the renovation of the Pump House (Building 5027) at Scott Air Force Base, Illinois, to restore its fire suppression capabilities. The project, guided by a Hurst-Rosche study, involves extensive repairs and upgrades. Key tasks include replacing the entire fire alarm system to meet NFPA and UFC standards, replacing degraded piping, installing a new flow meter and butterfly valves, modifying fire pump relief valves, and providing an exterior water tank level gauge. Additionally, the jockey pump will be reconfigured, an altitude valve replaced, fire pump test header valves and FDC cap replaced, and all fire pump gauges upgraded to oil-filled. The fire pump room sprinkler system will be replaced and monitored, leaking pipe penetrations repaired, and damaged pipe flanges and battery racks addressed. The tank fill system will be reconfigured, and the existing flow meter replaced with a new venturi-type. The contractor is responsible for site verification, adhering to a strict schedule, coordinating with base personnel, and complying with all applicable UFC, NFPA, NEC, and other federal and local regulations. All work must ensure the fire suppression system remains operational, with detailed plans for any necessary shutdowns and fire watch coordination. The contractor is also responsible for quality control, submitting various documents, and adhering to environmental regulations regarding ozone-depleting chemicals and energy savings incentives.
Solicitation Amendment W50S7S25BA0010001 SF 30.pdf
PDF3323 KBSep 16, 2025
AI Summary
This document is an amendment to Solicitation Number W50S7S25BA001, dated August 20, 2025, for the renovation of the Pump House - Bldg 5027. The purpose of this amendment, effective September 12, 2025, is to incorporate responses to Requests for Information (RFI) into a revised Performance Work Statement (PWS) and the resulting contract. Key changes include the replacement of the original PWS document with "1 - Revision 1_PWS - RENOVATE Pump House - Bldg 5027" and the addition of "6 - Pump House RFI Response" as new attachments. The page count for the "Pump House RFI Response" attachment has been set to 5 pages. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
Abstract of Offers.pdf
PDF318 KBSep 16, 2025
AI Summary
The document is an Abstract of Offers for Solicitation Number w50s7s2584001, opened on September 16, 2025. It details an offer received for the repair of a "Pump Housd 85027" from a large business. The offer, valued at $400,008, includes an acceptance time of 60 days and conforms to the specified delivery time. The abstract is certified by Christ Her Fisher and was issued by the 126 ARWMSC office. This document serves to formally record and summarize the bid received in response to the solicitation.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 2, 2025
amendedAmendment #1· Description UpdatedAug 3, 2025
amendedAmendment #2· Description UpdatedAug 4, 2025
amendedAmendment #3Aug 18, 2025
amendedAmendment #4· Description UpdatedAug 21, 2025
amendedAmendment #5· Description UpdatedSep 11, 2025
amendedAmendment #6· Description UpdatedSep 12, 2025
amendedLatest Amendment· Description UpdatedSep 16, 2025
deadlineResponse DeadlineSep 16, 2025
expiryArchive DateOct 1, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W7M6 USPFO ACTIVITY ILANG 126

Point of Contact

Name
Capt Christopher Fisher

Place of Performance

Scott Air Force Base, Illinois, UNITED STATES

Official Sources