Cathodic Protection Beale AFB
ID: FA468624R0032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKPBEALE AFB, CA, 95903-1702, USA

NAICS

Other Foundation, Structure, and Building Exterior Contractors (238190)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The project titled "Repair Cathodic Protection for Wells" at Beale Air Force Base aims to restore the cathodic protection (CP) system for seven water supply wells, which currently lack functionality. The contractor is tasked with designing and implementing a complete CP system, which must be overseen by a certified CP engineer. The project requires the contractor to provide comprehensive designs, construction drawings, and adhere to environmental regulations while ensuring the protection of sensitive habitats around the work area. Key components include obtaining necessary permits, complying with construction standards, managing waste disposal, and coordinating utility outages. The anticipated schedule includes 60 days for design and 90 days for construction. The contractor will also be responsible for ongoing project management, weekly progress reporting, and ensuring all work meets industry standards and governmental requirements. Overall, this initiative demonstrates the government’s commitment to maintaining water supply infrastructure while ensuring environmental compliance and safety standards during construction activities.
    This government document outlines the evaluation criteria for contract awards using the Lowest Price Technically Acceptable (LPTA) method. It specifies that one contract will be awarded based on a thorough assessment of each offeror’s technical proposal and past performance. Offerors must submit a complete RFP, including technical data, cost breakdowns, and past performance information. The proposal evaluation will occur in four volumes: 1. The Completed RFP ensuring compliance with solicitation requirements. 2. The Technical Proposal, evaluated against factors such as Statement of Work (SOW), design quality, schedule feasibility, and adherence to environmental concerns. Each subfactor must receive an "acceptable" rating for overall acceptance. 3. The Price Proposal, detailing all cost components to ensure transparency, with ratings for compliance. 4. Past Performance, assessing the offeror’s history with contract compliance, including the relevancy and recency of previous work, evaluated through various sources. To achieve a successful award, all evaluation factors must be rated as acceptable. This process emphasizes a structured, fair approach to ensure the government selects the most capable and cost-effective contractor for the project, maintaining integrity and accountability in public expenditures.
    The document outlines the requirements for the Contractor Entry Access List Form, effective August 15, 2016, in accordance with the REAL ID Act and federal regulations. It specifies that personnel will be allowed access for a maximum of 29 days and emphasizes the importance of correctly filling out personal details, such as legal names, dates of birth, and driver's license numbers. The submission must include authorized entry times and is essential for obtaining a base pass at Beale AFB. Importantly, any handwritten or PDF submissions will be denied. The form also notes that failure to identify personnel accurately will result in an automatic denial of access. Overall, the document serves to streamline access for contractors while ensuring compliance with security protocols.
    The document contains a sequence of numbers with no additional context provided. It appears to follow a structure of grouped numerical values but lacks explanatory text or clear headings, making it difficult to ascertain its purpose or relevance. Given its placement within a broader context of federal government RFPs, federal grants, and state and local RFPs, it may represent coded information or data points related to a specific request for proposal or funding opportunity. However, without supplemental context or description, its significance remains unclear. Overall, the document does not effectively convey any discernible topics or key ideas that could guide analysis or understanding within the realm of governmental processes or grant allocations.
    This document outlines the strategic master plan for the Cathodic Protection System at Beale Air Force Base in Marysville, California. It includes detailed engineering specifications such as locations of various water and gas lines, valves, and protection stations which are essential for maintaining the integrity of the facility's water infrastructure. The schematics indicate the installation of cathodic protection to prevent corrosion, highlighting key points such as the depth of installations and types of materials used. This plan, part of a larger initiative overseen by the Department of the Air Force's Directorate of Civil Engineering, demonstrates a commitment to maintaining operational readiness while adhering to safety and engineering standards. The documentation includes updates and revisions, reflecting ongoing assessments and modifications necessary for the infrastructure's reliability. Overall, this report serves as a critical resource for infrastructure management and safety within military operations.
    The document outlines a schedule of material submittals for a government construction project identified by project number 1135097 and solicitation/contract number FA468624R0013. It serves as a compliance checklist for contractors, detailing required submissions such as certificates of compliance, shop drawings, manufacturer recommendations, and various technical data. The timeline for each submission is specified, with critical dates tied to the Notice to Proceed (NTP). Components cover various project areas including design, demolition, civil, structural, mechanical, plumbing, and electrical elements, with specific requirements for documentation and timelines, promoting thorough review and adherence to safety and quality standards. The expectation for electronic submissions is noted, underscoring efficiency in processing. Overall, this schedule facilitates project coordination, ensuring timely approvals and compliance with requirements, ultimately contributing to the successful execution of governmental construction contracts.
    The document appears to be a listing related to various wells and associated piping materials for a government project. It references multiple wells identified numerically (Well#1 to Well#9) and includes specifications for asbestos cement and metal pipes, both sized at 12 inches. The inclusion of these materials indicates a focus on infrastructure or utility management, likely pertaining to water systems or municipal services. Although details are sparse, the information points toward a potential Request for Proposals (RFP) or a grant opportunity where contractors may be solicited to address the installation or management of these wells and associated pipe systems. The emphasis on specific materials suggests an adherence to particular regulatory or safety standards relevant to environmental and construction practices.
    The request for environmental impact analysis at Beale Air Force Base entails the installation of a cathodic protection (CP) system for various wells to prevent corrosion and ensure their longevity. The existing CP system has failed, requiring urgent action to comply with federal regulations (49 CFR part 192 and UFC 3-570-06 O&M). The proposed solution includes alternatives like a shallow anode CP system for multiple wells or taking no action, which would lead to further deterioration. The construction involves trenching within specified dimensions on existing gravel roads while adhering to environmental safeguards for sensitive areas and species. Comprehensive assessments indicate that the project will not exceed air quality thresholds, aligning with the categorical exclusions for minimal environmental impact. Required precautions include monitoring for hazardous materials, adherence to safety protocols during construction, and ensuring compliance with the Integrated Natural Resource Management Plan. The need for consultations with relevant agencies like the USFWS is also noted, particularly regarding activities near sensitive habitats. This initiative underlines the importance of maintaining operational readiness at military installations while safeguarding environmental and community standards.
    The document is an attachment to a federal solicitation (FA468624R0032) that outlines the construction cost estimate breakdown for a contract. It is structured in a table format designed to itemize direct costs involved in a construction project, including material and labor costs alongside other associated expenses. Each item on the table requires detailed information regarding unit costs, quantities, and total expenses, which assists contractors in providing a comprehensive cost proposal. Instructions for offerors emphasize the necessity of accurately itemizing all direct costs, including overhead and profit calculations, ensuring transparency in the estimating process. The document mandates that contractors disclose clear estimates, judgmental factors, and any contingencies influencing the pricing proposal. The end goal is to provide a format that facilitates effective negotiations and comprehensive evaluations by government contracting officials before contract awards. Overall, this document streamlines the bidding process for contractors while ensuring compliance with federal procurement standards.
    The AF 3052 Construction Cost Worksheet Instructions outlines the requirements for conducting a cost realism analysis in compliance with Federal Acquisition Regulation (FAR) Part 15.404-1. It emphasizes the importance of evaluating the proposed costs of contractors to ensure they are realistic and reflective of the work required. Contractors must adhere to the AF 3052 template and provide detailed breakdowns of their cost estimates, including direct labor—with a breakdown of hours, rates, and personnel categories; direct material components—with itemized costs and quantities; equipment rentals—with make and model information; and subcontractor pricing—detailing labor, materials, and equipment. Contractors are also encouraged to include any additional costs that may not be captured in the government's assumptions. Questions regarding the solicitation should be directed to the designated Point of Contact (POC). This document is crucial for ensuring compliant and transparent governmental cost estimation processes within the scope of federal RFPs and grants.
    The document is a Past Performance Questionnaire for a project related to Cathodic Protection Wells, part of the government’s Request for Proposals (RFP) processes. It gathers detailed information about the contractor's previous contracts, including identification details such as contractor name, contract number, type, and pricing information. Key sections solicit insights about the performance of the contractor, whether the contract was competitive, and if it involved specific criteria like Design-Build efforts and bonding. Additionally, it requires a description of services rendered, geographic scope, and the evaluation details from a designated evaluator, including their contact information and years of involvement with the contract. The purpose of this questionnaire is to facilitate the assessment of past performance, which is critical in the evaluation of proposals submitted in response to government procurement processes. By documenting past performance, the government aims to ensure a contractor's capability and reliability, which aligns with the objectives of maintaining accountability and efficiency in federal and local contracting efforts. The completed questionnaire should be sent to designated officials in the Department of the Air Force.
    This General Construction Contract outlines a Hold Harmless Agreement for Project 1135097, concerning the Cathodic Protection Wells. It specifies that the project may not be awarded in the current or future fiscal years, with the Government holding the right to award or cancel the project within 60 days of proposal submission. The Contractor is required to conduct a site visit, prepare a project proposal and necessary design or drawings, engage in negotiations, and perform other preparatory activities without incurring any liability for the Government. Additionally, any design or cost estimates generated by the Contractor will be deemed proprietary and restricted from use outside this agreement. This document emphasizes the responsibilities of the Contractor while minimizing the Government's liability in project preparation phases, typical of federal and state/local RFP frameworks, aimed at ensuring clarity and risk management in procurement processes.
    The document outlines the proposal requirements for offerors submitting bids for a Cathodic Protection System under a government RFP. It specifies the format and volume organization, necessitating a concise submission divided into four volumes: Completed RFP (Volume I), Written Technical Proposal (Volume II), Price Proposal (Volume III), and Past Performance (Volume IV). Each volume has specific page limits and submission instructions to ensure compliance with federal regulations. Volume II must provide a comprehensive technical proposal aligned with the government’s Statement of Need (SON), including a clear Statement of Work, design details, and an environmental assessment. The Price Proposal must detail cost breakdowns, while the Past Performance volume requires accurate information regarding previous projects, with a focus on recent and relevant initiatives. Offerors must adhere to strict formatting guidelines, such as using 12-point font, 1-inch margins, and labeling each portion appropriately. Communication regarding source selection must be encrypted, and any proprietary information should be marked accordingly. This structured submission process ensures the evaluation remains fair and transparent, ultimately influencing contract award decisions based on technical capability, pricing, and past performance.
    The document outlines a series of Requests for Information (RFIs) related to a project for repairing the cathodic protection system at Beale Air Force Base, California. It specifies six RFIs submitted on August 15, 2024, with responses issued on August 19, 2024. Key queries revolve around the location and fencing of the cathodic well site, design standards referenced in solicitation documents, and specific installation requirements for anode bed placement. Responses clarify that all work must occur on improved surfaces, with no digging allowed outside designated areas. Design engineering will determine exact placements and safety considerations concerning well structures. Proposed actions detailed options for a single-source system or separate systems for each well. Additional considerations include emergency access routes and contractor protocols. This project highlights compliance with technical specifications, environmental assessment requirements, and the need for proper contractor signage and access oversight, reflecting federal standards in infrastructure management.
    This RFP, issued by the 9th Civil Engineer Squadron (9 CES) at Beale Air Force Base, seeks a contractor to design and install a cathodic protection system for seven drinking water wells at the base. The estimated contract value is between $300,000 and $500,000, and the work will be awarded as a firm-fixed-price contract. The RFP specifies that the contractor must begin performance within 15 calendar days of receiving the notice to proceed and complete the work within 120 calendar days. The RFP includes detailed requirements for the design and installation of the cathodic protection system, as well as standard government contract clauses. The proposal due date is August 21, 2024, at 1:00 PM PDT.
    The solicitation pertains to the design and construction of a Cathodic Protection System for seven drinking water wells at Beale Air Force Base (AFB), issued under solicitation FA468624R00320001. The project requires contractors to provide construction drawings and other essential documentation per the Statement of Need dated June 27, 2024. The estimated project magnitude is between $300,000 and $500,000, with the proposal due by September 28, 2024, and a site visit scheduled for August 13, 2024. Contractors must submit sealed bids with necessary guarantees and are obligated to include performance and payment bonds, if required. The work must commence within 15 calendar days post-award and completed within 120 calendar days upon receiving the notice to proceed. Additionally, the document details several federal clauses that govern the solicitation, emphasizing compliance with labor and inspection standards. This solicitation reflects the government’s commitment to maintaining safe drinking water infrastructure, ensuring that potential contractors understand the requirements for bidding, performance expectations, and the importance of adhering to federal regulations.
    The document outlines an amendment to a solicitation regarding a Cathodic Protection System for seven water wells at Beale Air Force Base (AFB). Key modifications include an extension of the proposal submission deadline from August 21, 2024, to September 28, 2024, and an increase in the proposal validity period to 94 days after the new deadline, concluding on December 31, 2024. It also introduces the "Availability of Funds" clause, adds a Hold Harmless Agreement (HHA) that bidders must complete and attach to their proposals, and updates sections L & M to reflect this addition. The contract falls under NAICS code 238190, with an estimated value between $300,000 and $500,000. Relevant dates for a site visit and requests for information are also specified, emphasizing adherence to timelines and contract conditions. This amendment ensures clarity and compliance with the procedural requirements of government contracting, maintaining the integrity of the solicitation process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Cummins Generator Installation (B810 & B845)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of new Cummins 20kW diesel generator systems at facilities B810 and B845 located at Beale Air Force Base in California. The project involves the removal of existing standby generator systems and Automatic Transfer Switches (ATS), followed by the installation of new generators, fuel tanks, and necessary electrical connections, all in compliance with military and safety standards. This procurement is critical for enhancing emergency backup power reliability and ensuring operational efficiency at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with proposals due by September 23, 2024, and inquiries accepted until September 19, 2024. For further information, contractors can contact SrA Cristhian Gonzalez at cristhian.gonzaleztovar@us.af.mil or SSgt Milton Vasquez at milton.vasquez@us.af.mil.
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    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.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, requires contractors to provide comprehensive corrosion control and painting services for vehicles, trailers, and equipment, ensuring compliance with stringent quality and environmental standards. The contract is a total small business set-aside with an estimated value of $9 million, spanning a five-year period from December 1, 2024, to November 30, 2029. Interested parties must submit their proposals by October 4, 2024, at 8:00 AM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    Orangevale Water Filtration System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the procurement of an ion exchange (IX) water filtration system to be delivered to Orangevale, California. The selected supplier will be responsible for the design, fabrication, factory assembly, and delivery of complete IX systems, including all mechanical components, vessels, piping, and instrumentation as outlined in the revised Statement of Work (SOW). This procurement is critical for ensuring effective water purification capabilities, emphasizing the government's commitment to supporting small businesses, particularly service-disabled veteran-owned and women-owned entities. Interested parties must submit their proposals by October 10, 2024, and direct any questions to Antonina Beal at antonina.beal@usace.army.mil by September 12, 2024.
    36FSS WATER SOFTENER SYSTEM AND INSTALLATION (GUAM)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Water Softener System and its installation at Andersen Air Force Base in Guam, under solicitation number FA524024QM124. The procurement is exclusively set aside for small businesses, requiring compliance with specific technical specifications, including a flow rate of 130 to 184 gallons per minute and a system capacity of 328 to 394 kilograms, among other criteria. This initiative is crucial for maintaining operational readiness at the facility, ensuring the provision of essential water purification services. Interested vendors must submit their quotes by September 25, 2024, and are encouraged to attend a pre-proposal site visit on September 23, 2024, for further insights into the project requirements. For inquiries, contact Emily Gumataotao at emily.gumataotao.1@us.af.mil or TSgt Samuel Gordon at samuel.gordon@us.af.mil.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    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.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as installing monitoring systems connected to the base's Energy Management Control System (EMCS). This project is crucial for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    Falls Waterline
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a waterline repair project at the Falls Lake Tailrace area in Wake Forest, North Carolina. The project involves locating and repairing a leak in a 1.5” PVC water line, installing a 4” pressure reducing valve, and conducting necessary repairs to asphalt and disturbed areas. This procurement is set aside for small businesses under NAICS code 237110, with a size standard of $45 million, emphasizing the government's commitment to engaging small enterprises in infrastructure maintenance. Proposals, including a Price Quote and Technical Proposal, must be submitted electronically by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, at the provided email addresses.
    Well Pump Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 354th Contracting Squadron at Eielson Air Force Base (EAFB) in Alaska, is seeking qualified contractors for the removal and installation of a well pump. The project involves replacing a malfunctioned Peerless Pump Model 14LD Vertical Turbine pump, which is critical for maintaining the base's water supply system and ensuring compliance with environmental standards. This urgent requirement is essential for restoring optimal water distribution capabilities at EAFB, as the existing system has been compromised due to the seized pump. Interested parties should confirm their capability to provide these services by contacting Ashton Holland at ashton.holland.1@us.af.mil or Richard White at richard.white.44@us.af.mil, with no quotes being accepted at this time.