Maintenance of Natural Gas Pipelines
ID: W912GY25R0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK SIAD CONTR OFFHERLONG, CA, 96113-5000, USA

NAICS

Pipeline Transportation of Natural Gas (486210)

PSC

MAINTENANCE OF EPG FACILITIES - GAS (Z1MB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Feb 19, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance of natural gas pipelines at the Sierra Army Depot in Herlong, California. The procurement involves comprehensive services including preventative maintenance, standard repairs, emergency repairs, and additional work related to the natural gas pipeline system, which spans approximately 78,940 feet and incorporates various pipe sizes and pressure regulators. This contract is critical for ensuring the safety and operational efficiency of the gas infrastructure, adhering to Army and Department of Transportation regulations. Interested small businesses, particularly service-disabled veteran-owned and women-owned entities, must submit their proposals by February 19, 2025, with an estimated contract value ranging from $10,000 to $3,000,000. For further inquiries, potential bidders can contact Carolina Guerrero at carolina.guerrero4.civ@army.mil or call 530-827-4420.

Point(s) of Contact
Files
Title
Posted
The document is an amendment to a solicitation by the Sierra Army Depot, primarily focusing on updating terms for a contract modification. The key updates include the incorporation of a revised Performance Work Statement (PWS) and a Price Book-Material excel sheet. The amendment reinforces that all other existing terms and conditions remain unchanged and in full effect while extending the deadline for offer receipt without altering the fundamental conditions of the solicitation. The document provides a summary of changes, detailing a revised Table of Contents for attachments that now includes the new Price Book and the updated PWS, reflecting a structured and comprehensive approach to the modification. This amendment underscores the government’s ongoing efforts to ensure clarity and updated documentation in its contracting processes, illustrating adherence to procedural integrity in managing federal contracts. Overall, this amendment exemplifies the complexities of federal RFP processes, emphasizing the need for meticulous updates and documentation to facilitate better contractor participation and compliance, which is critical for successful government operations.
Feb 18, 2025, 4:05 PM UTC
The document presents a comprehensive list of cathodic protection equipment categorized primarily by weight and specific location identifiers within various buildings and areas. The inventory includes 32 lbs and 5 lbs anodes, with numerous entries detailing their locations, such as "Loc: Bldg 54" and "Area 3," indicating where the anodes are stored or utilized. The listing serves as an essential reference for federal and local grant applications or requests for proposals (RFPs) related to corrosion prevention in pipelines and infrastructure. Its structure organizes equipment by nomenclature and location, facilitating easy access to information needed for project planning, procurement, and implementation. Overall, the document's main purpose is to streamline the management and installation of cathodic protection equipment necessary for ensuring the integrity of underground pipelines and structural components.
Feb 18, 2025, 4:05 PM UTC
The document lists various leak line survey stations and related equipment across multiple buildings and location areas, indicating a structured approach to monitoring potential pipeline leaks. The survey identifies specific buildings (e.g., Building 1, Building 2, etc.) and their respective pipeline regulations and locations, including both regular and buried pipelines in distinct areas. This detailed inventory serves as a vital tool for assessing and managing environmental safety concerns related to buried pipelines. By highlighting these locations, the document underlines the federal government's commitment to maintaining rigorous safety standards, ensuring compliance with environmental regulations, and enhancing asset management for asset preservation initiatives. Overall, this file is integral for governmental oversight in safeguarding infrastructure against leak-related risks and promoting a comprehensive safety framework.
Feb 18, 2025, 4:05 PM UTC
This document outlines the maintenance schedule and locations for various American MTR regulators and relief devices across multiple buildings. Each piece of equipment is listed with its corresponding item number and designated building location. Maintenance is categorized into two types: routine checks scheduled as needed and those to be performed per the life cycle of the equipment. The majority of the listed devices are 1.0" and 2.0" MTRs, with a focus on American models such as the 1843B2, 1853B, and 1803M. The document underscores the importance of systematic maintenance to ensure the reliability and efficiency of these regulatory devices in compliance with safety standards. The information presented serves as a critical resource for contractors and maintenance personnel involved in government procurement and facility operations, emphasizing adherence to operational lifecycle protocols and safety guidelines within federal, state, and local management frameworks.
Feb 18, 2025, 4:05 PM UTC
The document provides a comprehensive inventory of valves utilized within the Cantonment Main Line, detailing their specifications, location, and type. It categorizes valves by manufacturer, including Nordstrom, Polyvalve, and Grove, noting their model numbers and physical placements across various intersections and buildings, primarily along E St., C St., and A St. Additionally, it specifies valve types such as normal, main relief, shut-off, meter regulating, and secondary regulator valves, indicating their operational context within an infrastructure typically managed under federal guidelines. The **structure** of the document is methodical; it organizes the inventory by valve type and geographical locations, ensuring clarity in the data presented. This organization could facilitate maintenance, replacement, and regulatory oversight of the municipal piping systems. Overall, the document serves as a resource for identifying essential equipment within a government facility, vital for maintaining operational efficiency and compliance with safety regulations. Its purpose fits within the context of government procurement and infrastructure management, highlighting the need for precise valve specifications in public service projects.
Feb 18, 2025, 4:05 PM UTC
The document serves as an inventory for various types of meters located across multiple buildings, detailing their specifications and serial numbers. Each meter is categorized under the "PER LIFE CYCLE" designation, indicating ongoing monitoring and maintenance throughout its operational lifespan. The main types listed include Roots meters (various models like 11 C 175, 8 C 175), American Meters (both GT and AL models), and Romet equipment. The serial numbers and specific locations facilitate asset tracking for maintenance and replacement purposes. This structured inventory underscores a systematic approach to managing metering equipment within government facilities, ensuring compliance with operational standards and supporting effective maintenance planning. Overall, the document reflects the importance of meticulous asset management in public sector operations, likely tied to requests for proposals and grants aimed at enhancing infrastructure.
The document outlines a series of Contract Data Requirement Lists (CDRLs) as part of an operational contract issued by the Sierra Army Depot. It emphasizes the contractor's responsibilities to submit various reports and plans, including monthly and annual reports, quality control plans, maintenance schedules, and hazardous material inventories. Each item includes specific references to the Performance Work Statement (PWS) detailing the required formats, submission timelines, distribution methods, and additional remarks emphasizing compliance with the contract terms. The CDRLs serve as a structured approach to monitoring contract performance, ensuring quality and safety, managing inventories of hazardous materials, and scheduling necessary maintenance tasks. This comprehensive listing reflects the government's commitment to detailed oversight in contracts, aiming to promote accountability, adherence to standards, and proactive management of resources.
The Performance Work Statement (PWS) outlines the requirements for a service contract focused on the operation and maintenance of the natural gas pipeline at Sierra Army Depot (SIAD). The contractor will manage all aspects of gas pipeline maintenance, ensuring compliance with Army and Department of Transportation regulations. Key services include inspections, emergency repairs, preventative maintenance, and potential expansions of the existing pipeline system, which spans approximately 78,940 feet and incorporates various pipe sizes and pressure regulators. Performance standards stipulate that the contractor must mobilize for emergencies within four hours and submit regular reports, including a preventative maintenance plan and leak survey documentation. A robust quality control program is mandated, with periodic evaluations by the government to ensure compliance. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), will be executed over three one-year periods, starting in March 2025. The contractor's personnel must possess relevant certifications and adhere to strict physical security and environmental regulations throughout the contract duration. Overall, the PWS serves to enhance safety and operational efficiency while facilitating future utility privatization initiatives through the implementation of standardized maintenance practices.
The document outlines the solicitation for a contract (W912GY25R0002) involving preventative maintenance and repairs to a natural gas pipeline at the Sierra Army Depot in Herlong, California. It details the bid submission process, including a due date of February 19, 2025, and emphasizes that the contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with an estimated minimum worth of $10,000 and a maximum potential of $3,000,000. Four main types of services are specified: preventative maintenance, standard repairs, emergency repairs, and additional work. The solicitation encourages proposals from small businesses, specifically service-disabled veteran-owned and women-owned small businesses, and mandates detailed past performance documentation from bidders to gauge experience in similar contracts. Evaluation criteria will focus on price, experience, and past performance, with an expectation of robust qualifications and competitive pricing. The site visit on January 29, 2025, is designed to familiarize potential offerors with project specifics. The document provides comprehensive instructions on submitting proposals and the relevant clauses incorporated by reference, highlighting compliance and regulatory requirements for contractors.
Feb 18, 2025, 4:05 PM UTC
The document outlines procedures and requirements for electronic submission of bids and proposals to the Army Contracting Command at Sierra Army Depot. It specifies the need for submissions through the SAM website and the acceptable electronic formats, including Microsoft Office files, PDFs, and HTML documents, emphasizing the prohibition of certain file extensions for security reasons. Timely receipt of submissions is highlighted, along with requirements to address any unreadable files. Specific instructions regarding security measures, contractor access, insurance requirements, and the responsibilities of contractors during increased security conditions are also detailed. The document informs contractors of potential delays in award processes due to transitions to new contract writing systems and encourages meticulous attention to detail regarding submission formats and deadlines. Overall, it serves as a comprehensive guideline for potential contractors to participate in government procurement processes, ensuring compliance with federal regulations and security protocols.
Feb 18, 2025, 4:05 PM UTC
This document outlines a Request for Proposal (RFP) for contractors involved in the maintenance of natural gas pipelines over three ordering periods. It specifies various Contract Line Item Numbers (CLINs) for preventative maintenance, standard repairs, emergency repair services, materials, and additional work for each ordering year. Contractors are instructed to provide unit pricing, ensuring the pricing sheet is named accordingly upon submission. The document emphasizes that preventative maintenance will occur monthly and provides estimated hours per year for labor, requiring proposed fully loaded labor rates for two job titles. Additionally, contractors must account for direct materials and related costs specifically excluded from labor rates for repair CLINs. The overall purpose of the document is to obtain competitive bids from contractors while ensuring transparency and adherence to government pricing and labor standards, essential for effective maintenance operations of the natural gas infrastructure.
The document outlines pricing and cost structures associated with material procurement under Time and Materials (T&M) contracts for three ordering periods. It specifies the rates and direct materials pricing for each Contract Line Item Number (CLIN), including CLIN 1004 for Ordering Period 1, CLIN 2004 for Ordering Period 2, and CLIN 3004 for Ordering Period 3. Each period features distinct costs, listed in dollars, with the emphasis on the integration of indirect rates that cover aspects like material handling and overhead. Additionally, the file states that proposed dollar amounts will be rounded for evaluation purposes and directs that direct material pricing is used solely for evaluation evaluation, not for actual billing. This document serves as an essential reference for prospective bidders involved in federal and local procurement processes, detailing how material costs will be evaluated for contract award considerations and aligning with compliance requirements within government Request for Proposals (RFPs).
The document outlines the cost structure for a government contracting proposal related to material costs across three ordering periods under a Time and Materials (T&M) contract format. Each period identifies distinct Contract Line Item Numbers (CLIN) and requests details on direct materials pricing and profit margins. The material prices provided are for evaluation purposes only and are to be rounded to the nearest cent. Additionally, the document specifies the need to include indirect rates associated with material handling, overhead, and general and administrative costs, which are presented in corresponding dollar amounts for each CLIN across the three ordering periods. The purpose of this file appears to be to solicit proposals for materials and associated costs from vendors, facilitating cost evaluation and comparison under federal and local government RFPs. The focus is on ensuring all proposed costs are transparent and standardized for assessment, aiding governmental decision-making processes in procurement.
The Performance Work Statement (PWS) provides a framework for a non-personnel services contract for the operation and maintenance of the natural gas pipeline at Sierra Army Depot (SIAD). The contractor is responsible for all necessary equipment, materials, and personnel, ensuring compliance with Department of Transportation regulations. The scope includes inspections, repairs, preventative maintenance, and potential expansions of the existing pipeline system, which is approximately 25-30 years old, spanning around 78,940 feet with various pipe sizes. The contract includes three one-year ordering periods starting from March 2025. Key aspects of the contract involve quality control measures, with a quality assurance plan enforced by the government, detailing performance standards and surveillance methods. The contractor must ensure their personnel meet specific qualifications and comply with environmental laws throughout their operations. Security requirements mandate background checks for personnel, and strict key control procedures are outlined. Regular performance evaluations will take place, alongside detailed reporting of service calls and maintenance activities. This PWS is critical for maintaining safety and regulatory compliance of the natural gas infrastructure at SIAD, reflecting the government's commitment to effective resource management.
The document consists of a series of questions and answers related to solicitation W912GY25R0002 for maintenance services of a natural gas pipeline system. Key areas addressed include contractor responsibilities during transition periods, emergency response requirements, maintenance expectations for odorizers and gas valves, and specifics about cathodic protection monitoring services. The document clarifies the distinction between preventative maintenance included in certain bid items (CLINs) and additional work that may arise during contract execution. It highlights the contractor's need to independently conduct leak surveys and outlines compliance with various Army regulations. Furthermore, the document addresses logistical considerations such as waste management, utility access, and training requirements for personnel. This Q&A format is designed to provide clarity and guidance for potential bidders, ensuring they understand the scope, specific requirements, and expectations of the project, aligning with the structure typical of government Requests for Proposals (RFPs). The comprehensive responses indicate an emphasis on compliance, safety, and precision in executing the required maintenance services.
Feb 18, 2025, 4:05 PM UTC
The document serves as an information request form, presumably for processing access to secure government areas or participation in activities related to federal RFPs and grants. It collects personal information of individuals, including identification details, purpose of visit, and the organization they represent. The form also captures emergency contact information and assigns point-of-contact (POC) details for government communication. Critical fields include personal identification (name, SSN, driver's license, citizenship status), visit specifics (date, purpose, areas to be visited), and organizational affiliation. The official use section delineates access permissions, allowing for a granular assessment of visitor clearance (i.e., attending without an escort, denied access). The form concludes with an organized structure aimed at enabling compliance with security protocols, essential for managing individuals engaging with government operations. This document exemplifies how government entities maintain security and control over access while processing participation in federal or state initiatives, reflecting the established procedures for effective RFP and grant management.
The document outlines the wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor. Specifically, Wage Determination No. 2015-5679, Revision No. 25, highlights the minimum wage requirements for federal contracts, emphasizing that contracts executed on or after January 30, 2022, must pay at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour, unless otherwise specified. Additionally, it details the fringe benefits for various occupational titles in California's Lassen County, providing specific hourly rates for numerous job categories ranging from administrative support to health care occupations. Contractors are reminded of the obligations under executive orders regarding paid sick leave and health benefits. Moreover, the document discusses the requirement to classify and compensate employees not listed under the SCA, elaborating the procedures to request additional classifications. Overall, this wage determination guides contractors in meeting federal minimum wage and benefit standards, ensuring compliance in the context of federal RFPs and grants.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
LP Gas Transfer and Delivery to Saint Charles MO
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors for the procurement of LP Gas Transfer and Delivery services to Saint Charles, Missouri. This opportunity is part of a total small business set-aside, aimed at ensuring that small businesses can compete for federal contracts, and falls under the NAICS code 324110, which pertains to Petroleum Refineries. The services are critical for maintaining operational readiness and supporting various military activities that require reliable gas supply. Interested parties should reach out to Tyler Adams at tyler.j.adams2.civ@army.mil or call 502-898-5587 for further details regarding the solicitation and submission requirements.
Propane Gas Fueled Generator
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a propane gas fueled generator set through a Combined Synopsis/Solicitation. The procurement aims to fulfill specific technical requirements outlined in the attached solicitation, with a focus on providing reliable power generation capabilities. This generator is crucial for various military operations, ensuring that essential equipment remains operational in diverse environments. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that a site visit is scheduled for April 16, 2025, at Fort Hunter Liggett, CA, with questions accepted until April 23, 2025, and proposals due by April 30, 2025. For further inquiries, contact Dustin Robertson at dustin.t.robertson4.civ@army.mil or call 502-898-1255.
Propane Delivery Service BPA - Beale AFB, CA
Buyer not available
The Department of Defense, through the 9th Contracting Squadron at Beale Air Force Base (AFB) in California, is seeking qualified sources to provide propane gas under a Blanket Purchase Agreement (BPA). The contractor will supply propane in accordance with specified terms, with an estimated monthly usage ranging from 1,000 to 6,000 gallons, and must adhere to competitive pricing based on a specified index plus fee. This procurement is critical for maintaining operational capabilities at the base, and interested parties are required to submit a capabilities statement by April 21, 2025, at 10:30 a.m. PDT, to the primary contact, Cali McVay, at cali.mcvay.1@us.af.mil, or to SSgt Brandon Washington at brandon.washington.8@us.af.mil.
Propane Tank Replumbing & Testing at Yosemite NP
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide services for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank at Yosemite National Park in California. The project aims to address substandard plumbing and potential leaks in the existing system, requiring contractors to supply necessary materials, including a temporary tank, and to adhere to local and state propane gas codes during the overhaul. This procurement is crucial for maintaining safety and operational standards within the park's infrastructure. Interested parties must submit their quotes by 5:00 PM Pacific Time on May 12, 2025, and direct any questions to Lisa Henson at lisahenson@nps.gov by April 29, 2025.
Horizontal Directional Drilling and Installation Service
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center, is seeking a contractor to provide Horizontal Directional Drilling (HDD) and installation services for underground fiber optic cables along the southern U.S. border, particularly in California, Arizona, New Mexico, and Texas. The contractor will be responsible for HDD for conduit installation beneath various terrains and water bodies, including tasks such as slurry removal and providing access points. This procurement reflects the government's commitment to enhancing technological infrastructure along the border, with an initial contract duration of one year and options for four additional years. Interested parties must submit their offers by April 16, 2025, at 1:00 PM CST, and can direct inquiries to Jon-Vincent Holden or David Ammermann via email.
N--INSTALL- COMPRESSED AIR LINE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the installation of compressed air lines at their West Sacramento facility. The project involves the installation of 650 feet of air piping and 24 air drops, with a budget estimated between $25,000 and $100,000, and is set aside for small businesses under NAICS code 238220. This procurement is crucial for enhancing operational efficiency while ensuring compliance with regulatory standards and safety protocols. Interested contractors must submit their quotations via email to Victor Nuno by April 18, 2025, and must be registered in the System for Award Management (SAM.gov) to be eligible for consideration.
Propane Services, Steamtown National Historic Site
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide propane supply and delivery services for the Steamtown National Historic Site. The contract, which is set to commence on March 1, 2025, and may extend for up to three years, requires the delivery of 500 to 5,500 gallons of liquid propane gas monthly, particularly during winter months, ensuring compliance with safety regulations and operational efficiency. This procurement is crucial for maintaining the site's operational needs and safety standards, with a total expected contract value not to exceed $150,000. Interested vendors must submit their quotations by April 14, 2025, and can direct inquiries to Derek Barber-Richards at derekbarber-richards@contractor.nps.gov.
2025 Italy-wide Natural Gas Service at DOD Installations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Europe Africa Central (NAVFAC EURAFCENT), is preparing to solicit a Firm Fixed Price Agreement for the distribution and supply of natural gas to U.S. military installations across Italy, specifically in Friuli, Campania, and Sicily. The contract, set to commence on July 1, 2025, will involve an estimated consumption of approximately 13,878,424 Standard Cubic Meters over a two-year period, highlighting the critical need for reliable energy supply to support military operations. Interested contractors must be registered with the System for Award Management (SAM) to access solicitation documents, and the selection process will utilize the Lowest Price Technically Acceptable Source Selection method, requiring both technical and price proposals. For further inquiries, interested parties can contact Paul Martha at paul.m.martha.civ@us.navy.mil or Alex Wingert at alex.h.wingert.civ@us.navy.mil.
Power and HVAC Support for Fort Hunter Liggett, CA
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide power and HVAC support for training exercises at Fort Hunter Liggett, California. The procurement involves a firm fixed-price contract for the provision of personnel, equipment, materials, and supplies necessary to meet the power generation and HVAC needs for 28 buildings across three training areas, with a focus on compliance with safety regulations and quality control. This contract is crucial for ensuring operational readiness during military training exercises, emphasizing the importance of reliable environmental control systems. Interested parties, particularly small businesses, must submit their offers by April 16, 2025, with a total award amount of USD 40 million and a performance period from May 28 to June 17, 2025. For further inquiries, contact Breanna Huff at breanna.d.huff.civ@army.mil.
Macro Restoration
Buyer not available
The Department of Defense, through the California National Guard, is soliciting proposals for a federal contract titled "Macro Restoration," aimed at procuring restoration services for military equipment, specifically targeting women-owned small businesses. The contract involves the restoration of various military vehicles, including howitzers and tanks, with a total award amount of $9,000,000, and services are required to be delivered by March 31, 2026. This opportunity underscores the government's commitment to supporting small and disadvantaged business entities while adhering to Federal Acquisition Regulation (FAR) guidelines. Interested vendors must submit their proposals by April 17, 2025, and can direct inquiries to Chad Walton at chad.r.walton.civ@army.mil or by phone at 562-538-7475.