Cathodic Services at JBLM and YTC
ID: W911S8R240012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-JB LEWIS-MC CHORDJOINT BASE LEWIS MCCH, WA, 98433-9500, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- LIGHTING FIXTURES AND LAMPS (J062)

Set Aside

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

    The Department of Defense, through the U.S. Army, is soliciting quotes for cathodic services at Joint Base Lewis-McChord (JBLM) and Yakima Training Center (YTC) in Washington. The procurement involves conducting annual surveys and preventative maintenance on 20 cathodic protection systems, including fire protection and potable water storage tanks, with a focus on ensuring compliance with relevant standards and regulations. This contract is crucial for maintaining the integrity and operational readiness of military infrastructure, thereby minimizing corrosion-related failures. Quotes are due by September 9, 2024, and interested contractors must register in the System for Award Management (SAM) and adhere to specified submission requirements. For further inquiries, contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Shalon Hutton at shalon.d.hutton.civ@army.mil.

    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) concerning inspections and repairs of water tanks and propane pipes at Joint Base Lewis-McChord (JBLM) and McChord Field. The RFQ, identified as W911S824R0012, has a submission deadline of September 9, 2024, with all quotes required to be in Microsoft Excel format. Key requirements include a completed pricing schedule, acknowledgment of amendments, and active registration in the System for Award Management (SAM). Offerors are required to provide various inspections, including cathodic protection system tests on water tanks and propane pipes, with specific provisions for repair services. Cost limitations on additional work are set at $15,000 for each contract line item during both the base and option year periods. The government will award a single firm-fixed price contract based on the lowest reasonable price while ensuring compliance with all RFQ terms and conditions. The document emphasizes a thorough vetting process to ensure contractor responsibility, including past performance and financial stability. Overall, it represents an important step in securing necessary maintenance for military infrastructure, underlining the government's commitment to operational readiness and safety.
    The Performance Work Statement outlines the requirements for cathodic protection (CP) survey and maintenance services at Joint Base Lewis-McChord (JBLM) and Yakima Training Center (YTC). The primary goal is to conduct annual surveys and preventative maintenance on 20 CP systems, which include fire protection and potable water storage tanks. The contractor must provide all personnel, tools, and materials needed to perform these services, ensuring compliance with Unified Facility Criteria and AMPP standards. Key tasks include the installation of reference cells, identification of repairs beyond the contract scope, and submission of detailed survey reports. The contract lasts for one base year with four option years, and will be awarded as a Firm Fixed-Price contract. The contractor must adhere to quality control protocols and is responsible for scheduling work while ensuring physical security and compliance with environmental regulations. Additionally, the document details the required qualifications for personnel, security measures for contractor employees, training mandates, and the management of hazardous materials. The overarching aim is to secure effective maintenance of CP systems, ensuring operational readiness and compliance with relevant standards and regulations throughout the contract duration.
    The document addresses specific requirements for surveying and repairing Cathodic systems, focusing on federal and state/local RFPs. It clarifies that small business classification is based on revenue. The key points include performing one full survey annually for each system, totaling 20 surveys per year, which encompasses testing of cathodic protection components, especially inside tanks when necessary. Several items in the contract relate to repair services, specified as Not to Exceed amounts for discovered deficiencies during the surveys. Additional inquiries regarding testing station types and visual inspections are noted, particularly the need for clarification on the types of test stations (post or flush-grade) and the inspection of internal tank components; however, there are currently no plans to drain tanks for inspection. Overall, the document outlines essential operational details for contractors regarding compliance and specifications for ongoing maintenance and inspection of Cathodic systems within the contract scope.
    The document details wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor, focusing on minimum wage requirements for contracts in Pierce County, Washington. Contracts awarded or renewed after January 30, 2022, require a minimum wage of at least $17.20 per hour, following Executive Order 14026. Contracts awarded between January 1, 2015, and January 29, 2022, require a minimum wage of at least $12.90. The document lists specific occupations and their corresponding hourly wage rates, along with mandated fringe benefits, including health and welfare provisions at $4.98 per hour and vacation days. Furthermore, it includes guidelines for Occupational classifications and additional payments for hazardous roles, uniform allowances, and the process for requesting additional classifications and wage rates. There are stipulations concerning Executive Order 13706 related to paid sick leave for federal contractors, highlighting the federal government's commitment to fair wages and worker protections. A significant component is the stipulation that any class of service employee not listed must undergo a conformance process to determine an appropriate wage. This document is vital for contractors and employees to ensure compliance with federal wage laws and protections during government contracts.
    The document outlines the wage determination requirements under the Service Contract Act by the U.S. Department of Labor, specifically for contracts in Yakima County, Washington. It stipulates the minimum wage rates required by Executive Orders 14026 and 13658, listing rates for various occupations tied to federal contracts awarded after specific dates. For contracts from January 30, 2022, the minimum wage is set at $17.20 per hour; for earlier contracts not renewed after that date, the rate is $12.90 per hour. The document provides a comprehensive table of occupation codes with corresponding hourly rates for various professions, ranging from administrative roles to skilled trades. Additionally, it emphasizes workers' rights, including health benefits, vacation, holidays, and potential differentials for hazardous work. Contractors are advised on compliance processes, including conforming new job classifications in the context of the existing wage determination. This document serves as a guide for contractors to ensure fair compensation and adherence to federal labor standards, reinforcing the government’s commitment to maintaining adequate workforce compensation in federally funded projects.
    The document outlines a Request for Proposal (RFP) from the U.S. Army for various inspection and repair services at Joint Base Lewis-McChord, particularly regarding water tanks and propane pipes. The solicitation number is W911S824R0012, with proposals due by September 9, 2024. The primary focus includes specific inspections and repairs, with a total budget of $15,000 allocated for certain services within designated timeframes. The RFP mandates that interested contractors must register in the System for Award Management (SAM) and submit quotes in a specified format. It emphasizes compliance with Federal Acquisition Regulation clauses and outlines the evaluation criteria, focusing on the responsiveness and pricing of the proposals. The process ensures that contractors are equipped to meet the required standards for safety and regulatory compliance, addressing a variety of logistical and operational needs associated with military facilities. Adherence to various compliance measures, including insurance requirements and performance references, is critical. This solicitation demonstrates the government's effort to maintain facilities while engaging qualified service providers, ensuring both efficiency and accountability in federal contracting.
    The document outlines an amendment to a government solicitation for services relating to the inspection and testing of water tanks. This modification explicitly clarifies the descriptions and quantities for two contract line item numbers (CLINs 0001 and 0002). Key changes include redefined locations and specifications for inspections—switching from "TWCF McChord" to "JBLM/YTC"—as well as updates to the pricing details, adjusting quantities for various CLINs. Specifically, the quantity for CLIN 0001 increased from 9 to 10, while CLIN 0002 decreased from 10 to 9. Moreover, the delivery schedules for these CLINs have been altered, extending the performance period from a prior timeframe to now run from September 26, 2024, to September 25, 2025. The amendment requires contractors to acknowledge receipt to avoid offer rejection. Overall, this modification aims to ensure clarity and accuracy regarding the contract requirements, thus facilitating better compliance and execution of the contract obligations within the stipulated timelines.
    The document outlines the performance requirements for a contractor engaged in annual cathodic protection surveys and routine preventative maintenance. It specifies several performance objectives, each paired with standards, thresholds, and methods of surveillance. The contractor is expected to achieve 100% completion of scheduled work across various tasks, including detailed survey report submissions, routine maintenance, and necessary repairs or replacements. Additionally, the contractor must maintain a limit on document submission delays and rectify discrepancies promptly. The performance requirements emphasize strict adherence to guidelines set forth in the Performance Work Statement (PWS), ensuring all reports are subject to approval by the Contracting Officer Representative (COR). This file is part of federal and state RFPs, aiming to establish clear expectations and accountability for contractors involved in infrastructure maintenance and compliance with regulatory standards.
    The document outlines the specifications for various cathodic protection systems across multiple Department of Defense facilities, specifically at Joint Base Lewis-McChord (JBLM), McChord Field, and the Yakima Training Center (YTC). It lists details about each facility, including construction type (welded, bolted, riveted steel, or underground propane pipeline), dimensions, and the cathodic protection methods used (sacrificial anodes or impressed current). The entries include various tanks and pipelines designed for fuel storage (FSS), potable water, or liquefied petroleum gas (LPG). The document is structured in a tabular format, providing clear data for each system's location, size, and cathodic protection type. This information is essential for ensuring the integrity and longevity of these facilities, minimizing corrosion-related failures, and complying with the relevant safety and environmental regulations. Ultimately, the document serves as a technical reference to support federal and state procurement efforts for maintenance and upgrades of critical infrastructure within military and training contexts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    $175M MATOC for Maintenance, Repair, Construction and Incidental Design Work on JBLM, WA and Sub-Installations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified prime contractors for a potential $175 million Multiple Award Task Order Contract (MATOC) focused on maintenance, repair, construction, and incidental design work at Joint Base Lewis McChord (JBLM) and its sub-installations in Washington. The MATOC aims to support general construction activities, including renovations, repairs, and environmental abatement, with task orders expected to range from $250,000 to $7 million and an average project duration of six months to two years. This opportunity is particularly significant as it falls under the 8(a) program, meaning only eligible 8(a) firms will be considered for award, and interested parties must submit their letters of interest by 1:00 p.m. local time on October 4, 2024, to Contract Specialist John McGuire at john.e.mcguire@usace.army.mil.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    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.
    BRAND NAME OEM (AMPAC) REVERSE OSMOSIS WATER TREATMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source firm fixed price contract for a Reverse Osmosis Water Treatment System to support CNRNW Emergency Management in Everett, Washington. This procurement is essential for providing reliable water purification capabilities, which are critical for operational readiness and emergency management. The solicitation is anticipated to be posted on or about September 19, 2024, with a closing date around September 23, 2024. Interested parties must register in the System for Awards Management (SAM) and direct any inquiries to Joan Lockyear at joan.e.lockyear.civ@us.navy.mil.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment for the repairs, with an estimated project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing the importance of compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further information.
    Corrosion Laser Wond (Cleaner)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a corrosion laser cleaning system and associated equipment for operations at Misawa Air Base in Japan. The procurement focuses on acquiring a POWERLASE Vulcan 500c or an equivalent portable laser cleaning system, which must include a fume extractor system with HEPA filters and training for setup within 30 days of delivery. This advanced cleaning technology is crucial for enhancing workplace safety and operational efficiency in vehicle maintenance. Interested vendors must submit their quotes by 1:00 PM Japan Standard Time on September 24, 2024, and are encouraged to direct any questions to the primary contact, Noah F. Wilmore, at noah.wilmore@us.af.mil or by phone at 315-226-8056.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis-McChord (JBLM) in Washington. This procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. The project is significant for supporting Special Operations Forces and enhancing operational capabilities at the base. Currently, the solicitation process has been suspended as per Amendment R0005 to the RFP W912DW24R0024, with a new proposal due date to be announced in the future. Interested parties can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Caroline Mueller at caroline.b.mueller@usace.army.mil for further information.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting quotes for the procurement of a Standby Emergency Diesel Generator to be delivered to the Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emission standards. This procurement is critical for ensuring operational readiness and environmental compliance at the dam. Quotes are due by September 30, 2024, at 10:00 AM Pacific Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    H945--DA Tank Magnetic Particle Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the DA Tank Magnetic Particle Testing project at the Battle Creek VA Medical Center. This procurement requires the contractor to perform cleaning, inspection, and testing of the deaerator tank in compliance with VA regulations, which necessitate third-party inspections every six years. The contract is specifically set aside for veteran-owned small businesses (VOSB) and mandates the use of certified technicians for non-destructive testing methods, including wet magnetic particle and ultrasonic testing, while adhering to strict scheduling and safety protocols. The total award amount for this solicitation is approximately $19 million, with offers due by September 23, 2024. Interested parties can contact Contract Specialist Margaret R Thompson at margaret.thompson@va.gov for further information.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.