Aircraft Fire Training Pond Soil Sampling
ID: FA485524R0034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Remediation Services (562910)

PSC

SPECIAL STUDIES/ANALYSIS- SOIL (B532)

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 soil sampling services at Cannon Air Force Base in New Mexico, aimed at assessing PFAS contamination beneath the Aircraft Fire Training Evaporation Pond. The contractor will be responsible for collecting soil samples to a depth of 15 feet at designated intervals, following EPA Method 1633, to determine the extent of contamination and ensure compliance with environmental safety standards. This procurement is critical for environmental remediation efforts associated with military operations, reflecting the government's commitment to managing hazardous materials responsibly. Interested small businesses must submit their proposals by September 20, 2024, with a total contract value of up to $25 million, and can direct inquiries to Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work outlines the environmental remediation services contract for soil and sediment sampling at Cannon Air Force Base, New Mexico, focusing on investigating PFAS contamination from aqueous film-forming foam (AFFF). The contractor will collect soil samples from specified depths at ten sites in the Fire Training Area, using EPA Method 1633 for analysis. The primary objective is to assess the extent of PFAS contamination, including PFOS, PFOA, and PFBS, and to provide necessary collaboration with the government for planning and stakeholder communication. The contractor is responsible for executing a range of environmental services, including records review, permit acquisition, and reporting. All operations must adhere to safety and health regulations, with compliance to OSHA standards, state requirements, and security measures mandated by Cannon AFB. The contractor must complete sample collection within 14 days of receiving the Notice to Proceed and must coordinate any additional sampling events as necessary. This project is critical for determining contamination levels and developing a remediation strategy, ensuring adherence to environmental regulations and safety protocols at the military installation.
    The document outlines construction specifications for a water conservation pond at Cannon Air Force Base, including design and installation details for piping and drainage systems. It specifies that all pipes, except certain exceptions, must be above ground and includes various engineering notes such as sleeve and skirt assembly, concrete anchor requirements, and the use of HDPE liners. Key elevations, including the normal operating limits of the pond, are presented, indicating a maximum depth of 2.23 feet with a minimum freeboard of one foot. The design also emphasizes soil and backfill specifications along with necessary protective measures. Overall, the document serves as a technical blueprint for a critical infrastructure project funded through government channels, ensuring compliance with U.S. Army engineering standards essential for operational efficiency and environmental conservation.
    The document outlines the data validation procedures for soil sampling associated with aircraft fire training pond activities, scheduled for September 2024. It specifies methodologies and quality assurance frameworks in adherence to guidelines from the Department of Defense (DOD) and the Environmental Protection Agency (EPA). The validation process comprises 90% Stage 2B and 10% Stage 4 validation for each sample delivery group, ensuring thorough quality control. Full validation will be performed on 10% of samples analyzed for contaminants, with a focus on maintaining data integrity by avoiding exclusion of any data from review. The document also enumerates qualifiers applied during data assessment, detailing circumstances under which analytes are detected or not detected and addressing potential biases in reported concentrations. The purpose of this procedure is to ensure compliance with established environmental standards and to maintain the accuracy and reliability of laboratory data. It underscores the commitment to robust data validation as a critical component of environmental assessments, reflecting the federal government's emphasis on quality assurance in environmental monitoring activities.
    The document pertains to federal and state/local Requests for Proposals (RFPs) and grants, encompassing various sectors aimed at improving infrastructure and community services. Key topics include guidelines for proposal submissions, eligibility criteria for funding, and expectations for project management and outcomes. It emphasizes the importance of compliance with laws and regulations, transparency in budgets, and the necessity for detailed project plans linked to measurable objectives. Significantly, the document addresses the allocation of resources towards projects that promote community development, environmental sustainability, and enhancements in public facilities. It outlines general steps for applicants, from pre-proposal consultations to final reporting, ensuring alignment with federal priorities. Additionally, the emphasis on community engagement throughout the project lifecycle is highlighted, as is the need for regular updates to stakeholders. Overall, the document serves as a comprehensive guide for prospective applicants in navigating the complex landscape of government funding, stressing the imperative for strategic alignment with broader governmental goals to foster effective public service delivery. By facilitating clearer communication of requirements, it aims to enhance the quality and impact of funded initiatives at local and state levels while ensuring accountability and effectiveness.
    The Women-Owned Small Business (WOSB) document outlines a federal solicitation for soil sampling related to PFAS (Per- and polyfluoroalkyl substances) beneath an evaporation pond associated with aircraft fire training at Cannon Air Force Base, NM. The project will provide up to 10 borings at specific depths, with adherence to EPA Method 1633 for sampling, ensuring compliance with environmental regulations. It includes financial terms under a firm-fixed price arrangement, with a total award amount of $25 million, indicating the contract's significance. Inspection and acceptance will occur at designated locations, and the contractor must handle logistics, including all shipping and lab fees. The delivery schedule spans from October 1, 2024, to December 31, 2024. The document emphasizes the compliance requirements under federal acquisition regulations and establishes safeguards related to health and safety on government installations. A detailed performance plan and additional documentation for quality assurance are mandatory, ensuring proper execution of the contract. This solicitation underscores the government's commitment to supporting small businesses while ensuring environmental protection in defense operations.
    The attached price list outlines the specifications and costs related to environmental sampling services for soil bores. It includes a requirement for conducting 10 soil bores, each ranging from 15 to 20 feet deep, with PFAS sampling performed according to EPA Method 1633 at specified depths of 1 ft, 2 ft, 5 ft, 10 ft, and 15 ft from a starting depth at the bottom of the pond liner (Elevation 96 ft). Additionally, the document indicates that further depth sampling may be needed as per the project's requirements. The pricing structure includes various line items, such as lots and individual units, which reflect a flexible approach depending on project needs. This pricing list serves as a response to government requests for proposals (RFPs) aimed at ensuring compliance with environmental regulations by obtaining detailed soil data relevant to PFAS contamination assessments.
    The Department of the Air Force's 27th Special Operations Contracting Squadron has issued a Request for Proposal (RFP) for soil sampling due to potential PFAS contamination beneath the Aircraft Fire Training Evaporation Pond at Cannon Air Force Base, New Mexico. This RFP (FA485524R0034), designated as a 100% small business set-aside, seeks qualified contractors to conduct soil sampling, taking samples at various depths in compliance with EPA Method 1633. Proposals are due no later than September 20, 2024, with questions accepted until September 18, 2024. The evaluation of proposals will consider technical capability first, followed by the Total Evaluated Price (TEP), ensuring that the lowest bid meeting technical criteria is awarded the contract. The offerors must demonstrate their understanding of the work requirements, including a sample plan and the capacity to manage local resource limitations. Additionally, all bidders must be registered in the System for Award Management (SAM) and adhere to specific submission guidelines to be considered for the contract. This RFP emphasizes environmental safety and regulatory compliance in ensuring safe handling and remediation of potential pollutants.
    The Department of the Air Force is soliciting proposals for soil sampling services at Cannon Air Force Base to assess contamination beneath the Aircraft Fire Training Evaporation Pond. The Request for Proposals (RFP), numbered FA485524R0034, is specifically a 100% Small Business Set-Aside under NAICS code 562910 for Environmental Remediation Services. Contractors must provide soil samples to a depth of 15 feet at designated depths to analyze PFAS contaminants, following EPA Method 1633. Key elements of the proposal include compliance with the Statement of Work, providing a work plan, detailing technical capabilities, and pricing for various sampling tasks. The deadline for submission is 20 September 2024 at 12:00 P.M. MT, with questions due by 18 September 2024. Proposals must be electronically submitted to designated contacts and must include comprehensive information about the offeror, including company details and past performance. Evaluation will focus on technical capability and total evaluated price, with preference given to the lowest priced compliant proposal. This solicitation underscores the importance of environmental remediation in supporting military operations while adhering to federal contracting standards.
    The document outlines a new solicitation for a one-time service regarding soil sampling for an Aircraft Fire Training Pond, referenced by RFP FA485524R0034 dated September 18, 2024. This is a new contract with no existing incumbent services. The Size Standard for NAICS 562910 has been updated from $25 million to accommodate entities with up to 1,000 employees. A request for a 3-day extension for submitting proposals was made but ultimately denied due to a firm deadline already established. The context of this RFP involves compliance with regulations regarding environmental safety and standards, reflecting the federal government's ongoing commitment to ensure proper procedures in managing hazardous materials and training facilities related to aircraft fire emergencies. The information provided emphasizes clarity around the contract parameters and expectations for prospective bidders.
    The document outlines a Request for Proposal (RFP) concerning soil sampling for an Aircraft Fire Training Pond, identified as FA485524R0034, with a completion date set for September 18, 2024. The project represents a new contract for a one-time service, with clarifications provided in responses to various inquiries from potential contractors. Key details include the update of the NAICS size standard to 1,000 employees and a firm deadline for submissions, denying requests for time extensions. The soil sampling entails strategies for handling evaporation during sampling events, which includes emptying the pond and maintaining safety through various planning documents. Specifications on mobilization logistics, additional bore pricing, and necessary permits are detailed, emphasizing the importance of a thorough safety plan due to contamination concerns. Further, the document clarifies that past performance information and certain instructions are not included in the page limits for technical proposals. Overall, the RFP emphasizes collaborative engagement between contractors and installation personnel to ensure compliance with environmental and safety standards while conducting the soil sampling operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lead Based Paint Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct lead-based paint testing at various buildings scheduled for renovation at Columbus Air Force Base in Mississippi. The primary objective is to investigate the presence of lead-based paint on both interior and exterior painted surfaces, ensuring compliance with environmental regulations prior to construction activities. This testing is crucial for maintaining safety standards and regulatory compliance during renovation projects within federal facilities. Interested vendors must complete mandatory Controlled Unclassified Information (CUI) training and submit their proposals by September 20, 2024. For further inquiries, potential offerors can contact Amn Eric C. Smith at eric.smith.185@us.af.mil or Carson Songy at carson.songy@us.af.mil.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the 144th Fighter Wing at the Fresno Air National Guard Base, is seeking qualified small businesses to provide oil/water holding tank clean-up services. The contractor will be responsible for emptying and visually inspecting six holding tanks and one catch basin, ensuring compliance with federal regulations and environmental standards. This procurement is critical for maintaining environmental safety and operational efficiency at the facility, with a total award amount estimated at approximately $16.5 million. Interested parties must submit their quotes electronically by September 20, 2024, and are encouraged to attend a site visit scheduled for September 11, 2024, to better understand the project requirements. For further inquiries, contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or call (559) 454-5129.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of portable, handicap-accessible latrines and comprehensive cleaning services for 150 launch facilities, with maintenance scheduled every 30 days and additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at a key military installation, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors are encouraged to review the Performance Work Statement and submit inquiries via the provided Question & Answer form, with key deadlines and requirements outlined in the solicitation documents. For further information, prospective offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    PEST CONTROL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for pest control services at Hill Air Force Base (HAFB) and the Utah Test and Training Range (UTTR) under solicitation number FA822424Q0018. The contract requires comprehensive pest management, including rodent control, mechanical cleaning, and adherence to health and safety regulations, with services to be performed bi-weekly at UTTR and quarterly for mechanical cleaning as per customer requests. This procurement is crucial for maintaining hygienic conditions and operational readiness across military facilities, with a total estimated contract value of approximately $17 million and a performance period from October 1, 2024, to September 30, 2025, including options for extension. Interested small businesses must submit their proposals by September 13, 2024, at 4:00 PM MDT, to Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.
    Packing Crating & Drayage Services at Cannon AFB NM
    Active
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron (SOCONS), is soliciting proposals for Packing, Crating, and Drayage Services at Cannon Air Force Base (AFB) in New Mexico. The contract will cover essential logistical services for the preparation and transportation of personal property for military and civilian personnel, including outbound, inbound, and intra-city relocation services. This procurement is critical for supporting military operations and ensuring compliance with federal standards, with a contract period from November 1, 2024, to October 31, 2027, including one base year and two option years. Interested small businesses must submit their proposals by September 20, 2024, and can contact Ingrid Woolfolk at ingrid.woolfolk@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further information.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with an estimated construction magnitude between $1,000,000 and $5,000,000. This procurement is critical for maintaining operational readiness and ensuring the facilities meet current standards. Interested contractors should note that the bid submission deadline has been extended to September 23, 2024, with bids to be submitted electronically, and all inquiries must be made within 15 days of the solicitation release. For further details, contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or call 505-846-3707.