Repair Industrial Wastewater Sewer System
ID: W50S8D25Q13JDType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 105NEWBURGH, NY, 12550-5042, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the repair of the industrial wastewater sewer system at the 105th Airlift Wing in Newburgh, New York. The project involves repairing 18 manholes and conducting an investigation of an 8” PVC pipe system, with an option for additional pipe repairs based on the investigation findings. This procurement is a Total Small Business Set-Aside under NAICS code 237110, emphasizing the government's commitment to engaging small businesses in infrastructure maintenance. Quotes are due by 11:00 AM EST on April 18, 2025, and must be submitted to MSgt Joseph Kugler at joseph.kugler.1@us.af.mil. Contractors must also comply with wage determinations and provide necessary documentation to demonstrate their technical capabilities and certifications.

    Files
    Title
    Posted
    The document appears to be a fragmented and incomplete text, potentially around the topic of Fuel Hydrants, which are critical infrastructure for fueling operations in various industries. The main focus likely revolves around proposals or requests for funding related to the development or maintenance of fuel hydrant systems, as relevant to federal, state, and local governments. It may detail specifications, compliance regulations, and the safety protocols necessary for the installation and use of these systems. The incomplete nature of the text makes it challenging to ascertain specific goals, allocated budgets, or project timelines. Key ideas might include the importance of fuel hydrants in operational efficiency and safety standards, emphasizing proper installation and maintenance to ensure environmental compliance. However, due to the document's degradation and lack of coherent context, significant details cannot be discerned, limiting its usability for precise analysis. It reflects the need for comprehensive documentation in government contracting to secure effective project outcomes, adhering to federal guidelines and best practices in public safety and service delivery.
    The Department of the Air Force is seeking contractor services for the repair of the Industrial Waste Sewer System at the 105th Airlift Wing in Newburgh, NY. This project involves addressing significant groundwater intrusion issues identified in the system, particularly leaks in manholes and pipes. The contractor is responsible for all personnel, materials, equipment, supervision, and quality control for the repairs, which must be completed within 45 days. Key tasks include repairing 18 specified manholes using a multi-layer polyurea lining system and investigating the PVC pipe system for further leaks. Contractors must comply with security, quality assurance, and operational protocols while on-site, including training requirements for antiterrorism and operational security. The government will provide the work location and utilities necessary for project completion. The contract outlines strict requirements for contractor performance, documentation, and employee identification. This initiative underscores the Air Force's commitment to maintaining environmental standards and ensuring the operational integrity of its waste management systems.
    The 105th Airlift Wing (ANG) of the Department of the Air Force is soliciting quotations for a construction project involving repairs to manholes and pipe systems. This request is a Total Small Business Set-Aside under the NAICS code 237110, which encompasses water and sewer line construction, with a size standard of $45 million. Bids must be submitted to MSgt Joseph Kugler by 11:00 AM EST on April 18, 2025. The work includes repairing 18 manholes and conducting an internal investigation of an 8” PVC pipe system, with findings compiled on a CD for the contracting officer. Additionally, there is an option for pipe repairs based on the investigation results, limited to 250 linear feet. This acquisition reflects the government's commitment to engaging small businesses in infrastructure maintenance, ensuring relevant construction services meet operational needs while maintaining compliance with federal regulations. Detailed pricing worksheets and contractor information are required as part of the submission process.
    The document is a Wage Determination Register under the Service Contract Act (SCA) issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits for workers engaged in federal contracts within New York County, specifically referencing the required minimum wages under Executive Orders 14026 and 13658. For contracts initiated or extended post-January 30, 2022, a minimum wage of $17.75 per hour applies, while contracts awarded earlier are subject to a minimum of $13.30 per hour if not renewed. The document provides detailed hourly wage rates for various job classifications, including administrative, automotive, healthcare, and technical occupations, along with mandated health and welfare benefits, vacation, and holiday provisions. Additional guidelines for uniform allowances and hazardous pay were outlined, along with the processes for classifying new job roles not previously identified in the wage determination. The purpose of this wage determination is to ensure fair compensation and benefits for workers under federal contracts, emphasizing compliance with labor standards. The document serves as a resource for contractors and subcontractors in meeting wage obligations, thereby promoting equity in the workforce.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive work on 16 barge sections, adhering to industry standards such as SSPC SP5 for sandblasting and specific guidelines for welding repairs and leak testing. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures within government projects. Proposals are due by January 5, 2026, and interested parties should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.
    Gary Airport Storm and Sanitary Sewer Improvements, Gary, Lake County, Indiana
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is soliciting bids for the Gary Airport Storm and Sanitary Sewer Improvements project located in Gary, Lake County, Indiana. This project involves various construction tasks, including sewer line cleaning, partial replacement of a sewer, rehabilitation of sewer pipes, and improvements to lift stations, with an estimated construction cost between $1,000,000 and $5,000,000. The procurement is set aside for small business concerns, and interested bidders must be registered in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to participate. Bids are due by 11:00 a.m. Central Time on January 8, 2026, with a pre-bid site visit scheduled for December 18, 2025. For further inquiries, contact Jim Parizek at james.p.parizek@usace.army.mil or call 312-846-5585.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is seeking contractors for the Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades project. This procurement aims to enhance the infrastructure by upgrading the entrance road and associated utilities, which is crucial for maintaining operational efficiency and safety at the site. The project falls under the NAICS code 237310, focusing on highway, street, and bridge construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil or call 716-879-4126 for further details. The presolicitation notice indicates that additional information will be provided in the attached notice.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    USCG STA NEW YORK (45612) FY26 U/W BODY REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for underwater body repair services for the USCG STA NEW YORK (45612), with work anticipated to commence on March 24, 2026, in Staten Island, New York. The project involves extensive dry-dock repairs, including ultrasonic testing, hull plating inspection, engine alignment, water jet service, preservation, and general welding, with a performance period of 30 calendar days under a firm-fixed-price contract. This procurement is crucial for maintaining the operational readiness of the vessel and falls under the NAICS code 336611 (Ship Building and Repairing), with a small business set-aside designation. Interested parties must submit their qualifications and relevant past performance information by December 22, 2025, to the primary contact, Troy Elliott, at troy.s.elliott@uscg.mil, or the secondary contact, Janet M Delaney, at Janet.M.Delaney@uscg.mil.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.