Environmental Analysis for Propellant Facility at LMTF
ID: FA820125Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8201 AFSC OL H PZIOHILL AFB, UT, 84056-5805, USA

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

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 an Environmental Assessment (EA) related to the establishment of a Propellant Loading Facility (PLF) at Hill Air Force Base in Utah. The contractor will be responsible for producing an EA that complies with the National Environmental Policy Act (NEPA) and other relevant regulations, ensuring that potential environmental impacts of hydrazine loading operations are thoroughly assessed. This project is critical for supporting the Sentinel program and meeting the Air Force's operational needs, with an estimated contract value under $250,000 and a performance period of 12 months post-award. Interested small businesses must submit their quotes by May 29, 2025, and can direct inquiries to Kennedy Conroy at kennedy.conroy@us.af.mil or Odalys Molina at odalys.molina@us.af.mil.

    Files
    Title
    Posted
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-5483, revised on December 23, 2024. It outlines wage and fringe benefit rates for federal contracts performed in specific regions of Utah, stipulating minimum pay rates based on executive orders applicable to contracts. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour. The document includes an extensive list of occupations with corresponding hourly wage rates and provides regulations regarding health and welfare benefits, paid vacations, and holidays. It notes requirements for paid sick leave under Executive Order 13706 and highlights rights for uniform provisioning and hazard pay. The purpose is to ensure compliance with federal labor laws in contracts, aligning pay with job classifications detailed in the Service Contract Act Directory of Occupations. This effective regulation aims to protect workers while setting fair wage standards in federal contracting work.
    The U.S. Air Force plans to establish a Propellant Loading Facility (PLF) at the Little Mountain Test Facility (LMTF) in Utah to support the Sentinel program's production and deployment needs. The facility will handle the loading of hydrazine into Post Boost Attitude Control Modules (PBACM) and is crucial for meeting increasing testing requirements for the Air Force Nuclear Weapon Center. The intended completion date for the facility is June 2030. The proposed PLF will consist of approximately 30,000 square feet, including office spaces, laboratories, and support areas for fuel testing and storage, aligned with Air Force design standards. Environmental analyses are underway to assess potential impacts, including air quality, water resources, and biological effects, with adherence to safety and hazardous materials management plans. Key alternatives evaluated include the "No Action" scenario and the modification of existing facilities, both of which are deemed inadequate for the present requirements. The construction will follow necessary environmental regulations, including stormwater management and air quality permitting. Overall, this facility is essential for the operational capability and future growth of the Sentinel program at Hill Air Force Base.
    The solicitation FA820125Q0018 is a Request for Quote (RFQ) for an Environmental Assessment at Hill Air Force Base (AFB) concerning Little Mountain PLF. This competitive bid, issued on May 13, 2025, is open to small businesses, and the estimated contract value is under $250,000. Quotes are due by May 22, 2025, at noon MST, with an award anticipated no later than June 5, 2025. A comprehensive Performance Work Statement (PWS) outlines the requirement, which spans a service period of 12 months post-award. Offerors must submit quotes that comply with specified instructions, including providing detailed pricing without tax, evidence of employee qualifications, and meeting wage determination minimums. Notably, quotes should detail all cost components, including labor and benefits. There is no incumbent contractor eligible to perform this work. Submission requirements include registrations in Sam.gov and adherence to specified formats, which will be evaluated to identify the most beneficial offer to the government. The government retains the right to cancel the solicitation at any time, emphasizing that no reimbursement will be made for submitted costs if this occurs.
    The document outlines the Standard NEPA Document Format to guide the U.S. Air Force in creating environmental assessments (EAs) and environmental impact statements (EISs) effectively and efficiently. It emphasizes the importance of standardization to improve readability and focus on relevant environmental impacts, thereby avoiding lengthy, encyclopedic documents. The objective is to ensure environmental documentation meets a 75-page limit for EAs and a 300-page limit for EISs, promoting concise language and streamlined processes. Key components include clearly defining the proposed action, stating its purpose, exploring alternatives, and summarizing the evaluated environmental resources. Public involvement is also emphasized, detailing the solicitation of comments and incorporating feedback into drafts. The document provides specific sections, outlining necessary information regarding affected environments, potential consequences, and mitigation strategies. Appendices should substantiate analyses without extraneous information, ensuring clarity and relevance to decision-making. Overall, the document serves as a comprehensive framework for the Air Force's compliance with NEPA regulations, aiming to enhance the quality and efficiency of environmental documentation for decision-making processes in various federal projects.
    The document outlines the Statement of Work (SOW) for an Environmental Assessment (EA) related to the establishment of a propellant loading facility at Hill Air Force Base in Utah, supporting the Sentinel program. The EA aims to comply with the National Environmental Policy Act of 1969 and assess potential environmental impacts of hydrazine loading operations. The scope includes preparing a comprehensive EA documenting findings, compliance with environmental laws, and recommendations for mitigation measures if necessary. Key tasks include project management, data collection, consultation with regulatory agencies, and developing a Draft EA with a Finding of No Significant Impact (FONSI). The contractor is responsible for ensuring compliance with various federal and state regulations, maintaining communication with multiple government points of contact, and preparing necessary documentation throughout the assessment process. Deliverables will include reports, an Administrative Record, and public notifications. The project timeline is set for 12 months, with strict guidelines to follow throughout each phase, including provisions for both environmental and historical resource considerations. The document serves as a critical framework to ensure environmental safeguards during facility development while enabling military infrastructure support.
    The document outlines the Statements of Work (SOW) relevant to the EA Deliverables for a government contract, detailing specific tasks and corresponding deliverables. It delineates seven primary tasks, such as Project Management, Meetings, Project Coordination, DOPAA, Draft EA/FONSI, Final EA/FONSI, and Administrative Record, each featuring numerous subtasks. Key deliverables include monthly project status reports, project schedules, data gap identification, coordination meetings, various drafts of Environmental Assessments (EA), and necessary correspondence with stakeholders. Each deliverable specifies submission frequency (monthly, once, bi-weekly), format (electronic or hard copy), and the entities to whom they should be submitted. This structured approach ensures that all project documentation is methodical, timely, and compliant with federal regulations, emphasizing rigorous project oversight and collaboration among various stakeholders. The document's purpose aligns with government RFPs aimed at ensuring effective management and execution of environmental assessments in accordance with applicable standards and regulations.
    The document is a Request for Quotation (RFQ) issued by the federal government for an environmental assessment at the Propellant Loading Facility (PLF) located at Hill Air Force Base, Utah. It outlines requirements for vendors to provide a fixed-price quotation for environmental assessment services. The RFQ specifies that responses must include details such as item quantity, pricing, delivery schedule, and the quoter's information. Specific clauses and requirements related to contract administration, inspection, and compliance with federal regulations are included. This RFQ does not entail a commitment to compensate costs incurred in preparing a submission or an obligation for the government to contract. The document underscores the government's intention to ensure environmental compliance and oversight at the facility, reinforcing adherence to federal mandates. Interested parties must respond by a designated deadline and must submit detailed compliance certifications and representations as part of their response. Overall, this RFQ serves as a formal request for pricing and service commitment related to environmental assessments specific to defense government facilities, seeking to meet operational and regulatory standards.
    This document is an amendment to a federal solicitation, specifically concerning the extension of the deadline for submission of offers. It details the process by which contractors must acknowledge receipt of this amendment, including methods for providing acknowledgment before the specified deadline. The amendment grants the ability for contractors to modify previously submitted offers through formal communication, with references to solicitation and amendment numbers required. It further outlines that all other terms and conditions of the solicitation remain unchanged. The key purpose of this amendment is to inform contractors of the new quote due date, which has been extended to May 29, 2025. Essential administrative details such as contract numbers, contact information, and the amendment’s purpose are included to ensure clarity and compliance with federal regulations.
    The Air Force Sustainment Center at Hill Air Force Base has issued a solicitation (Notice ID FA820125Q0018) focused on conducting an environmental analysis for a propellant facility at the LMTF. This document serves as a live Q&A resource for contractors interested in the project. One key inquiry confirmed that an in-person visit to the project site is a mandatory requirement for the selected contractor. This visit is essential for the contractor to fully comprehend the physical context of the project and gather significant data in collaboration with installation personnel. The document will remain open for inquiries until May 21, 2025, after which it will be finalized and no longer updated. This solicitation reflects the Air Force's commitment to thorough environmental assessments and collaborative data collection between contractors and military personnel.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.
    AIS Engineering Services for ATE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for engineering services related to the Avionics Intermediate Shop (AIS) Automatic Test Equipment (ATE) Commodities Sustainment Program at Hill Air Force Base, Utah. This sole source requirement aims to ensure the operational capability of ATE stations through sustaining engineering, software integration, maintenance, and repair activities for various test stations utilized by the USAF and international partners. The contract, which spans a period from March 1, 2026, to February 29, 2036, includes both firm-fixed-price and time-and-materials line items, with a focus on compliance with security protocols and quality standards. Interested parties can contact Piper Martin at piper.martin@us.af.mil for further details regarding the solicitation.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for a Performance Based Logistics (PBL) contract focused on Secondary and Ground-Based Auxiliary Power Systems. This contract aims to ensure the availability of serviceable assets across multiple weapon systems that are exclusively sourced from Honeywell International Inc., integrating maintenance, supply management, and engineering functions to meet the Air Force's availability requirements. The contract will be a requirements-type agreement with a basic ordering period of five years and an option for an additional five years, with a total duration not exceeding ten years, awarded on a Fixed Price basis. Interested parties can contact Nathan Flinders at nathan.flinders@dla.mil or by phone at 385-591-1416 for further details.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming construction of Hydrant Area C Refueling Facilities at Fairchild Air Force Base in Spokane, Washington. This project involves the construction of a new hydrant loop, including hydrant pits, fuel piping, and a pumphouse, along with necessary environmental mitigation measures for contaminated soil and groundwater. The anticipated period of performance is approximately 1035 calendar days, with a construction award targeted for fiscal year 2027, and the estimated cost of construction ranges between $25 million and $100 million. Interested parties are encouraged to provide comments regarding the use of a PLA and can contact Linda O'Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    Simio Software License(s) Hill AFB, UT
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking to procure seven (7) Simio RPS Edition Single User Annual Subscription Licenses – Node Locked for use at Hill Air Force Base in Utah. This procurement aims to fulfill a requirement for software that includes technical support and updates, essential for operational efficiency within the Air Force. The licenses are expected to be delivered within 30 days after receipt of order to the designated shipping address at Hill AFB. Interested vendors should contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details and to express their interest in this opportunity.