Replace Water Service Lines
ID: FA303025Q0030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, 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 Air Force, is soliciting proposals for the replacement of water service lines at Goodfellow Air Force Base in San Angelo, Texas. The project requires contractors to provide new domestic water service lines, including all necessary plumbing, fittings, and connections, utilizing lead-free materials and conducting hydro-excavation of existing lines as outlined in the Statement of Work. This initiative is crucial for ensuring the health and safety of base personnel by replacing contaminated water lines and maintaining operational efficiency. Interested contractors must submit their proposals by May 2, 2025, with a project budget estimated between $100,000 and $250,000. For further inquiries, potential bidders can contact SrA Gonzalo Loaiza at gonzalo.loaiza_alzate@us.af.mil or Ryan Ramjit at ryan.ramjit.2@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work (SoW) from the 17th Civil Engineer Squadron outlines the requirements for replacing water service lines at Goodfellow Air Force Base (AFB) in Texas. The project involves installing new domestic water service lines and conducting hydro-excavation for existing lines at various buildings. The contractor is responsible for providing all necessary materials, labor, and equipment while adhering to all applicable codes and regulations. They must perform work efficiently, coordinate with ongoing base operations, and minimize disruptions. A performance period of 120 days is set for completion following a Notice to Proceed. Key responsibilities include environmental compliance, thorough site maintenance, and safety measures consistent with OSHA standards. The contractor must submit reports and as-built drawings and ensure quality control throughout the project's execution. Additionally, they are required to manage traffic impact and access efficiently within the base's controlled environment. This document serves as a comprehensive guide for bidders, emphasizing the project's scope, execution steps, and regulatory compliance necessary to maintain operational integrity at the base during construction.
    The document outlines the Schedule of Material Submittals for the Replace Water Service Lines project, identified by project number 1139312. It specifies the various materials and documentation required by the project engineer and contract administrator, including certification of compliance, shop drawings, samples, color selections, manufacturer warranties, and operating instructions. Each item is assigned a unique line number and requires confirmation of approval or disapproval from the relevant authorities. Key deadlines for submissions and approvals are indicated, with a specific focus on ensuring compliance with both manufacturing recommendations and contractual obligations. The document serves as a framework for managing material approvals essential for project execution, with an emphasis on timely and correct submissions before construction commencement, installation, and final inspection phases. This structure aligns with federal and state contracting processes, outlining the responsibilities of contractors and engineers in ensuring quality and adherence to specified standards throughout the project lifecycle.
    The document outlines a project involving the excavation and replacement of water service lines at Goodfellow Air Force Base. Specifically, the project targets buildings B241, B251, and the west side of B700, including valve replacements in specific areas near the physical training pad. The map included is for reference only and emphasizes the importance of accuracy while noting that the creators of the data assume no liability for any errors or misuse of the information contained within. The document is marked as strictly for official use and unauthorized reproduction or distribution is prohibited. Overall, the purpose of the document is to detail infrastructure upgrades concerning water service lines to ensure proper functioning and compliance with relevant standards at the base.
    The document outlines a project at Goodfellow Air Force Base focused on addressing potholes and replacing water service lines. It specifies the locations of recorded potholes around various buildings, including B330, B736, B3208/3210, B3525, the area south of building B410, and south of the new PT pad. The project involves the hydro-excavation of these lines to ensure the integrity and functionality of the water service systems. The map included serves as a reference for project execution and highlights the various materials used in the water infrastructure, emphasizing proper maintenance and repair efforts as part of the base's operational efficiency. This initiative demonstrates the Air Force's commitment to maintaining facilities and infrastructure in compliance with federal standards while addressing environmental concerns associated with damaged lines.
    The document outlines a wage determination for a Heavy Dredging project in Texas, covering various dredging activities along the Texas Gulf Coast. It specifies minimum wage requirements under the Davis-Bacon Act, influenced by Executive Orders 14026 and 13658, which necessitate certain wage thresholds based on contract dates. For contracts awarded on or after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The wage determination details classifications and corresponding wage rates for workers, including positions such as Derrick Operator, Dredge Tender Operator, and others, all at a standard rate of $16.85 per hour. It is emphasized that contractors must ensure compliance with wage determinations and submit requests for unlisted job classifications if necessary. Additionally, the document highlights employee rights under Executive Order 13706 regarding paid sick leave for federal contractors. The process for appealing wage determinations is clearly defined for interested parties to seek review or reconsideration of decisions made by the Wage and Hour Division. Overall, this document serves to inform contractors of labor standards and wage requirements for federally funded dredging projects in Texas.
    The Statement of Work (SOW) outlines the requirements for replacing water service lines at Goodfellow Air Force Base. The contractor is tasked with providing new domestic water service lines to specific buildings, ensuring all work adheres to applicable codes and using modern, lead-free materials. The project includes hydro-excavation to inspect existing lines, installation of new PVC piping, and proper restoration of the site post-execution. Key components consist of detailed site preparation, utility management during replacement, strict adherence to safety and environmental guidelines, and rigorous cleanup protocols. The work is to be completed within 120 calendar days, following approved schedules and minimizing interference with base operations. The contractor must ensure compliance with building codes, manage traffic during construction, provide daily reporting, and maintain thorough documentation of work, including as-built drawings. This SOW highlights the government's focus on infrastructure enhancement, safety, and environmental protection while ensuring minimal disruption to ongoing base activities.
    The document outlines a project involving the excavation and replacement of valves and water service lines at various buildings. Specific details for three locations are provided: 1. **Building 241** - Replacement involves a 4-inch diameter steel galvanized line, 47 feet long, placed at a depth of 30 inches with a corresponding 4-inch valve. 2. **Building 251** - A 6-inch diameter PVC line needs to be replaced, extending 200 feet at a depth of 56 inches, also with a 6-inch valve. 3. **West Side of Building 700** - This consists of a 4-inch copper line, 9 feet in length, buried 75 inches deep, with a 4-inch valve. Additionally, there is a mention of valve work on the west side of a new pad, but specifics such as valve size and depth remain unspecified. This project is part of a larger initiative likely connected to federal RFP efforts, ensuring adequate water distribution and infrastructure updates in compliance with local and federal standards. Overall, the document emphasizes the specific requirements for plumbing enhancements across multiple buildings to maintain facility integrity and functionality.
    The document outlines specifications for a hydro-excavation project across multiple buildings and sites, requiring detailed information on various pipe and valve types, sizes, lengths, depths, and related parameters. Specifically, it pertains to Buildings 330, 736, 3208/3210, 3525, and 410, as well as an area south of a new pad. Each location is listed with placeholders for pipe and valve specifications, suggesting that the full details are to be filled in based on the Statement of Work (SoW) referenced. The intent is to solicit proposals or bids from contractors capable of executing this work, integral to infrastructure maintenance and upgrades. This document appears to fall under the category of Requests for Proposals (RFPs), aimed at ensuring compliance with federal and local guidelines in underground utility management. Comprehensive project details are likely required to assess bids accurately and to address the specifics of the intended excavation work effectively.
    The FA303025Q0030 RFP details the replacement of water service lines, addressing several contractor inquiries regarding project requirements. Key components include compaction testing, which is only necessary for lines beneath roadways or concrete, with no testing needed in greenspaces. Contractors will receive updated blueprints to assess existing conditions, and materials must be replaced with equivalent sizes. Notification of outages is required to minimize service disruption, and all installations must comply with AWWA disinfection standards, ensuring safe drinking water through negative bacteriological tests. Clarifications on valve replacements and the absence of asphalt work confirm the project's focus away from roadways. The document emphasizes adherence to regulations and safety during the execution of the water line replacement project.
    The memorandum from the Department of the Air Force, 17th Training Wing, addresses the request for unescorted access passes to Goodfellow Air Force Base for contractors involved in a site visit related to a solicitation for replacing water service lines. The memorandum specifies the contractors' details, including their names, identifying information, and the areas to be visited on base. It stresses the importance of ensuring that visitors possess the necessary documentation, such as valid driver’s licenses and insurance, when operating vehicles on the premises. Additionally, it outlines the protocol for returning the access pass upon completion of the visit. The document signifies the ongoing evaluation and maintenance of infrastructure at the base, highlighting adherence to security protocols and management of external contractors for government projects, indicative of the larger framework surrounding federal RFPs and grants.
    The solicitation (FA303025Q0030) is issued for the replacement of water service lines at various facilities at Goodfellow Air Force Base, Texas. The contractor is required to provide all necessary plumbing, fittings, and connections, utilizing the latest technology including lead-free materials. Additionally, the contractor must conduct hydro-excavation to identify existing lines per the Statement of Work (SOW). Sealed bids are invited, with a requirement for performance and payment bonds. The contractor must commence work within the specified timeframe and complete it within 120 calendar days after the notice to proceed. The estimated project cost is between $100,000 and $250,000, with a NAICS code of 237110. Important submission dates include site visits (April 24, 2025), question submission deadlines (April 28, 2025), and bid due dates (May 2, 2025). The solicitation seeks offers exclusively from entities not subject to debarment or suspension. Key clauses mandate the inclusion of various regulations and protections, emphasizing compliance with construction wage standards and equal opportunity practices in hiring. This procurement aims to enhance the base's infrastructure by ensuring modern and compliant water service connections, contributing to overall operational efficiency and safety.
    The document outlines a government solicitation for the construction project titled "Replace Water Service Lines" at Goodfellow Air Force Base in San Angelo, Texas. The project requires a contractor to provide new domestic water service lines, including necessary plumbing, fittings, and connections, using lead-free materials. Key requirements include hydro-excavation of existing lines and adherence to federal acquisition regulations. The bid solicitation number FA303025Q00300001 has a project magnitude between $100,000 and $250,000, and contractors must be eligible under the NAICS code 237110 with a size standard of $45 million. The contractor is expected to begin work upon receipt of the notice to proceed and complete it within 120 calendar days. Base access letters are due by April 22, 2025, and a site visit is scheduled for April 24, 2025. Questions from potential bidders must be submitted by April 28, 2025. Additional provisions include performance and payment bonds, sealed offer requirements, and compliance with specified federal clauses and certifications. The overall objective is to ensure the reliable delivery of water services consistent with safety and operational standards at the base.
    The Federal Government has issued a Request for Proposal (RFP) for the replacement of domestic water service lines at various locations within Goodfellow Air Force Base, Texas. The contractor is required to install new plumbing and fittings, utilizing lead-free materials, and perform hydro-excavation of existing lines as detailed in the Statement of Work (SOW). This project is estimated to cost between $100,000 and $250,000 and falls under the NAICS code 237110, with a size standard of $45 million for small business eligibility. Contractors submitting proposals must not be debarred and must ensure all required performance and payment bonds are in place. The contract demands completion within 120 calendar days from the notice to proceed. Key deadlines include the submission of base access letters due by April 22, 2025, and questions due by April 28, 2025, with a site visit scheduled for April 24, 2025. The document emphasizes adherence to specific procurement rules and regulations as part of the bidding process, and all offers must meet detailed government requirements to be considered.
    This document serves as an amendment to a federal solicitation, specifically for contract number FA3030 17 CONS CC at Goodfellow AFB, Texas, with an effective date of April 25, 2025. The amendment primarily updates the Statement of Work by providing a revised version (Revision 001) and includes supplemental attachments related to Technical Exhibits 1 and 2. Additionally, it clarifies that all previous terms and conditions remain unchanged. Contractors are reminded to acknowledge receipt of the amendment before the specified deadline to prevent their offers from being rejected. The document emphasizes procedural compliance and the significance of timely communication in the contracting process. The changes to the contract are intended to assist in the management and execution of tasks related to replacing water service lines. Overall, this amendment reflects standard governmental protocols for contract modifications in response to evolving project requirements.
    This document serves as an amendment to a solicitation related to a project for replacing water service lines, as specified in the solicitation number FA303025Q0030. The amendment extends the deadline for receipt of offers but emphasizes the importance of acknowledging this amendment through various methods such as completing specific forms, acknowledging on offer copies, or via separate communication. Additionally, the document informs that contractors are allowed to modify their existing offers in response to this amendment. The primary purpose of this amendment is to provide an attachment containing questions and answers pertaining to the solicitation, ensuring that prospective bidders have all necessary information to submit their offers accurately. All other conditions of the initial solicitation remain unchanged. Furthermore, the document lists contact information for the contracting officer, Ryan Ramjit, indicating a clear point of communication for inquiries. Overall, this amendment showcases the structured procedural approach of federal solicitations and modifications, aiming for transparency and clarity in the procurement process while facilitating effective communication between the government and bidders.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    USCG Station South Padre island Fire hydrant repair/replace
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to repair or replace fire hydrants at the Coast Guard Station in South Padre Island, Texas. The project involves conducting a site assessment, performing necessary excavations, and ensuring compliance with various safety and operational standards, including NFPA, AWWA, UPC, OSHA, and USCG regulations. This procurement is critical for maintaining the functionality and safety of the station's water supply system. Interested contractors must submit their quotes by 12:00 PM CST on January 2, 2026, to kala.m.lowe@uscg.mil, and are encouraged to inspect the site prior to submission to familiarize themselves with the conditions of the work.
    Detroit Lead Service Lines Removal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Detroit District, is conducting a Sources Sought notice to identify qualified contractors for the removal of lead service lines in Detroit, Michigan. The project focuses on the removal of corporation stops and portions of lead service lines at approximately 1,200 confirmed locations within public right-of-way areas, with the aim of addressing public health concerns related to lead contamination. This market research will inform the procurement method, potentially allowing for small business set-asides or full and open competition. Interested contractors are encouraged to respond by submitting the attached Sources Sought Survey to the designated contacts by 2:00 PM EST on December 23, 2025, with no costs incurred for participation. For further inquiries, contact Marna Rockwell at marna.l.rockwell@usace.army.mil or Kari Tauriainen at kari.tauriainen@usace.army.mil.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    Emergency Sewage Pumps
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for emergency sewage pumps to be utilized at Barksdale Air Force Base in Louisiana. This contract aims to acquire sewage treatment equipment, which is critical for maintaining sanitation and operational readiness in emergency situations. The procurement is justified under the need for reliable sewage management systems, ensuring the base can effectively respond to potential crises. Interested vendors can reach out to Marcus Olearnick at marcus.olearnick@us.af.mil or by phone at 318-456-2202, or contact MSgt Randy McGinnis at randy.mcginnis@us.af.mil or 318-456-1353 for further details.
    Install Water/Wastewater Mains, ICBM Rd
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the installation of water and wastewater mains along ICBM Rd at Cape Canaveral Space Force Station in Florida. This procurement falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction, and aims to enhance the infrastructure necessary for effective water supply management. The project is critical for maintaining operational capabilities at the facility, ensuring reliable water services for various military and civilian functions. Interested contractors can reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil or call 251-441-5519 for further details regarding this sources sought notice.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    AUD Water and Wastewater Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure water and wastewater services at Fort Gordon, Georgia. This opportunity is categorized under a Justification and Approval notice, indicating a specific need for these utilities to support military operations. The provision of reliable water and wastewater services is critical for maintaining operational readiness and ensuring the health and safety of personnel. Interested vendors can reach out to Saide Henderson at saide.a.henderson.civ@army.mil for further details regarding this procurement opportunity.
    Z2NB--674-23-255 NRM Improve RO-DI Recirculation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Improve RO-DI Recirculation" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This procurement involves the demolition and replacement of existing Reverse Osmosis-Deionization (RO-DI) plumbing fixtures, lines, and tanks across three floors of building 163, requiring the contractor to provide supervision, labor, materials, equipment, and testing services, along with necessary reconfigurations of electrical, mechanical, and plumbing systems. The new RO system must produce a minimum of 4 gallons per minute, and due to the facility's 24/7 operations, some work will need to be conducted after hours and on weekends. The project is estimated to cost between $1,000,000 and $2,000,000 and is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a requirement for offerors to be verified and visible on SBA.GOV prior to proposal submission. Interested parties should contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201 for further information, with an RFP expected to be posted around January 15, 2026.
    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.