WWTP FLARE EXHAUST SCAFFOLDING
ID: FA500425Q0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (W054)

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 installation and maintenance of scaffolding at the Wastewater Treatment Plant (WWTP) located at Eielson Air Force Base in Alaska. The primary objective is to provide safe access for operators to maintain the anaerobic digester flare system, which is crucial for preventing greenhouse gas emissions and ensuring operational efficiency. The scaffolding must comply with OSHA regulations, include safety inspections, and be in place for approximately seven months, from January to July 2025, with a focus on safety and regulatory compliance throughout the project. Interested contractors, particularly small businesses, should contact A1C Liam Slater at liam.slater@us.af.mil or Robert Leto at robert.leto@us.af.mil for further details, and must ensure registration in the System for Award Management (SAM) to be eligible for this opportunity.

    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for a Request for Quotation (RFQ) FA500425Q0008, specifically aimed at small businesses. It outlines the requirement for a contractor to provide scaffolding around a digester flare pipe at Eielson Air Force Base, Alaska, from January to July 2025. The contractor must ensure that the scaffolding complies with OSHA standards, conduct periodic safety inspections, and dismantle the scaffolding upon project completion. The primary evaluation criteria for quotes will include technical capability and price. Key documentation to be submitted with quotes involves company information, delivery estimates, and payment terms. Vendors must be registered in the System for Award Management (SAM) for eligibility. The RFQ emphasizes strict adherence to the Federal Acquisition Regulation (FAR) provisions and includes details on contract clauses relevant to compliance, reporting, and payment processes. The structure includes provision details for submission and evaluation, emphasizing a no-discussion award process with an option for the government to initiate discussions if beneficial.
    The document outlines a Request for Proposal (RFP) for the installation and inspection of scaffolding around the digestor flare pipe at the Eielson Air Force Base Wastewater Treatment Facility. The primary purpose is to provide a safe access solution for operators tasked with maintaining the anaerobic digester flare system, preventing greenhouse gas release and ensuring operational efficiency. The contractor is responsible for erecting scaffolding compliant with OSHA regulations, conducting monthly safety inspections, providing necessary materials and equipment, and ultimately dismantling the structure at project end. A project schedule, site-specific safety plan, and insurance coverage are required. Work will be conducted between March and October 2025, with specific conditions regarding U.S. federal holidays and access control for base personnel. Deliverables include inspection reports and final project documentation. The contractor must prioritize safety, adhere to all regulations, and protect government property throughout the contract duration. This RFP emphasizes safety, regulatory compliance, and structured oversight in a critical infrastructure project at a federal facility.
    The document outlines the contractor's responsibilities regarding scaffolding construction and maintenance at a Wastewater Treatment Plant. The scaffolding will provide safe access to the flair stack for maintenance and repairs, crucial for the plant's operations. It must be in place for approximately seven months, allowing plant operators to perform necessary tasks safely. The contractor is responsible for limited snow removal to facilitate scaffolding erection and must install and later remove any tie-off anchors used for the structure. The scaffolding’s foundation will be reinforced to support the required weight of personnel and materials, with a maximum of four individuals allowed on the platform at any time. Importantly, safety measures must be taken due to the presence of combustible materials in the area. The document serves as a guidance mechanism, detailing logistical considerations and safety specifications for compliance with RFP requirements and project completion.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FTQW 20-0504 - CHpp Phase C
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FTQW 20-0504 - CHpp Phase C project at Eielson Air Force Base in Alaska. This procurement involves the repair and replacement of electrical panels, circuits, and lighting fixtures at the Central Heating and Power Plant, emphasizing minimal disruption to ongoing operations and strict adherence to safety and environmental regulations. The project is critical for upgrading military infrastructure and ensuring operational continuity while managing hazardous materials responsibly. Interested parties should contact Christopher Blackburn at 907-377-7343 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Decontamination Tent
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a decontamination tent, as indicated in a Sources Sought notice. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 624221, which pertains to Temporary Shelters, and the PSC code 8340 for Tents and Tarpaulins. The decontamination tent will be utilized at Eielson Air Force Base in Alaska, highlighting its importance for operational readiness and safety in military environments. Interested parties can reach out to Camden Chan at camden.chan@us.af.mil or by phone at 907-377-3485, or Robert Leto at robert.leto@us.af.mil or 907-377-7484 for further details.
    Cannon AFB-Wastewater Treatment Plant Operations and Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the operations and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base in New Mexico. The contractor will be responsible for comprehensive management of the WWTP, including preventive and corrective maintenance, accurate sampling, laboratory analyses, and compliant waste disposal, all while adhering to federal, state, and local regulations. This procurement is critical for ensuring the continuous and efficient treatment of wastewater, which is vital for maintaining environmental compliance and operational integrity at military installations. Interested parties should contact Karina Bala at karina.bala@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base in Montana. This firm fixed-price contract aims to replace and repair storm drainage facilities, requiring contractors to supply all necessary personnel, equipment, and materials to fulfill the project specifications. The initiative is crucial for maintaining infrastructure integrity and environmental compliance, with an estimated contract value between $1 million and $5 million, set aside for total small businesses. The RFP is expected to be released on or after March 10, 2025, with a closing date around April 11, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    FTW463 Repair and Maintain Building 4062
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair and maintenance of Building 4062 located in Alaska. This opportunity is part of a Sources Sought notice aimed at identifying potential vendors capable of fulfilling the requirements for this project. The maintenance and repair services are crucial for ensuring the operational readiness and safety of the facility. Interested parties can reach out to Ronald K. Jackson at Ronald.K.Jackson@usace.army.mil or by phone at 907-753-5596 for further information, while Mark Corn is available at mark.r.corn@usace.army.mil or 907-753-2817 as a secondary contact.
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the LF Sump Pump Discharge Lines project at Malmstrom Air Force Base in Montana. This project involves the excavation, re-routing, and replacement of discharge lines for Sump Pumps 102 and 103, requiring contractors to provide all necessary labor, equipment, materials, and supervision. The initiative underscores the Air Force's commitment to engaging small businesses in critical infrastructure projects, with a projected contract value between $500,000 and $1,000,000 and an estimated performance period of 180 days. The Request for Proposal (RFP) will be issued on or after February 27, 2025, with submissions due around April 3, 2025. Interested parties can contact SrA Tamia Cash at tamia.cash@us.af.mil or 406-731-4352, or Cody Babinecz at cody.babinecz@us.af.mil or 406-731-4608 for further information.
    Procurement request for procure customizable scaffolding to support LVST testing.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for customizable scaffolding to support LVST testing. This procurement is set aside for small businesses under NAICS code 532490 and aims to fulfill specific safety requirements for personnel working on a 38-foot test vehicle. The total estimated value of the scaffolding is approximately $230,000, with a delivery deadline of April 15, 2025, and quotes must be submitted by 11:00 AM on March 5, 2025. Interested vendors should contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or call 757-513-7247 for further details.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.