Sewer Pump Station Bldg. 1131 Repair Services located on Schofield Barrack Hawaii
ID: W912CN25QA007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Septic Tank and Related Services (562991)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

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 proposals for repair services at the Sewer Pump Station located at Building 1131 on Schofield Barracks, Hawaii. The project involves troubleshooting and repairing the sewer pump station, which includes tasks such as repairing automatic float switches, replacing floats and wiring, and providing a detailed service report on costs and system condition. This initiative is crucial for maintaining the operational efficiency and safety of sewage treatment facilities, ensuring compliance with federal, state, and local regulations, including environmental protections. Interested contractors, particularly small businesses, must submit their quotes by March 24, 2025, and are encouraged to attend a site visit scheduled for March 12, 2025. For further inquiries, potential bidders can contact Angela McColor at angela.u.mccolor.civ@army.mil or by phone at 808-787-8829.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an installation and service manual for the Pentair Hydromatic submersible grinder pump model HPGX200, designed for residential sewage discharge. It emphasizes safe usage protocols, including the need for disconnecting power before maintenance and avoiding hazardous conditions. Key application guidelines specify suitable pH levels and operating temperatures, while the manual stresses adherence to local wiring codes and compliance with safety regulations. The installation section details steps for correctly positioning and connecting the pump in a sump, including electrical wiring requirements. Maintenance guidance includes regular inspection for wear and troubleshooting tips for common issues like air binding and improper rotation. The manual also outlines warranty conditions, stating coverage for manufacturing defects while disclaiming liability for improper installation. The product requires professional installation to maintain its hazardous location rating. Overall, this detailed document aims to ensure the safe and effective operation of the pump while complying with regulatory standards and sustainability practices.
    The Model TL-Pro System installation and service manual provides comprehensive instructions for the proper setup and maintenance of the HPG(X)200 and HPGR200 Hydromatic Grinder Pumps. Key safety warnings include risks related to electrical shock, biohazards from wastewater, and mechanical hazards during installation. Grounding and following local codes is critical to ensure safe operation. Prior to installation, proper excavation, handling of the basin system, and selection of suitable backfill materials are emphasized to avoid damage and ensure structural integrity. The manual details critical installation steps, including connecting influent and discharge lines, lifting the basin, and making electrical connections within the junction box. The system is designed for pumping effluent and sewage with specific operational parameters. Troubleshooting advice is provided for common issues, including grinding mechanism clogs and float malfunctions. Finally, the warranty terms outline coverage for product defects, emphasizing the importance of authorized installation and adherence to recommended practices. This manual supports compliance with safety standards while assisting users in the successful implementation of the grinder pump systems.
    The Performance Work Statement (PWS) outlines the requirements for troubleshooting and repairing the sewer pump station at Building 1131, Schofield Barracks, Hawaii. The contractor is responsible for providing labor, materials, and equipment to repair automatic float switches, replace floats and wiring, and deliver a service report detailing costs and the system's condition. The contractor must operate independently, maintaining communication with the Directorate of Public Works, and managing subcontractors if necessary. Work is to be conducted during normal hours, adhering to federal, state, and local regulations, including environmental compliance under the Emergency Planning and Community Right to Know Act (EPCRA). The contractor must ensure safety protocols are in place for handling hazardous materials, develop a spill response plan, and comply with recycling initiatives. Additional requirements include personnel safety training, insurance coverage, and adherence to access control regulations for Army installations. The goal is to restore the sewer pump station to full functionality while ensuring operational standards and environmental protections are maintained throughout the process, reflecting the government's commitment to safety and regulatory adherence during contracted projects.
    The document serves as an amendment to a solicitation, incorporating questions and their corresponding answers regarding a lift station project. Notable inquiries include confirmation of the existing pump's specifications, which is identified as a Hydromatic HPGX200DD, along with details on its electrical requirements. Additionally, it addresses the condition of the electrical splice box, confirming the necessity for it to be explosion proof. A question regarding the float switches' operation state remains unresolved due to the absence of Subject Matter Experts. The inclusion of these questions and answers aims to clarify specifications and requirements for potential contractors responding to the solicitation, ensuring proper understanding and compliance with project needs in preparation for bids. This document is part of a broader framework for managing government Requests for Proposals (RFPs), particularly in the context of safety and operational compliance in federal and local projects.
    The document outlines a solicitation for a contract related to troubleshooting and repair services for the Sewer Pump Station at Building 1131 on Schofield Barracks, Hawaii, with an estimated total award amount of $9 million. The request emphasizes participation from women-owned small businesses (WOSB) and includes a detailed description of the services required, need for licensed electricians, and technicians experienced in pump repairs. It stipulates the conditions for submission, including key dates, communication channels, and the process for quote submission before the deadline of March 24, 2025. Additionally, the document incorporates federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses to be followed by bidders. Evaluation of offers will prioritize pricing alongside the contractors’ qualifications and experience. A site visit is scheduled to provide potential contractors with further clarity regarding the requirements. Overall, this solicitation aims to enhance the operational efficiency of the facility while ensuring compliance with federal mandates, and supporting small business participation in government contracts.
    The document pertains to a solicitation for a one-time service contract to provide troubleshooting and repair services for the Sewer Pump Station at Building 1131, Schofield Barracks, Hawaii. The contract is part of a Women-Owned Small Business (WOSB) initiative, aiming to support small businesses, particularly those owned by women. Key details include a total award amount of $9 million and an expected performance period from April 1 to July 1, 2025. Offerors must submit proposals by March 24, 2025, and are advised to monitor the SAM.gov website for any amendments. A site visit is scheduled for March 12, 2025, for interested parties to gain better project insight. Evaluation criteria focus on the demonstrated experience of contractors, especially in pump repair and relevant certifications. The solicitation outlines terms and conditions adhering to federal acquisition regulations, including clauses focused on labor standards and governmental compliance. It mandates that contractors be familiar with electronic invoicing and various government requirements related to the performance of the contract. Overall, the document establishes a structured process for engaging qualified contractors while promoting small business participation in federal contracting initiatives.
    This government document serves as an amendment to solicitation W912CN25QA007, extending the deadline for offers and incorporating responses to questions raised during the solicitation process. It stipulates that offers must acknowledge receipt of the amendment through specified methods to avoid rejection. Additionally, it outlines the procedures for modifying previously submitted offers and provides administrative details related to contract changes. The amendment includes updates to attached contract documents, introducing new items such as manuals and data sheets related to sewer pump stations. These changes reflect a commitment to transparency and responsiveness during the contracting process, ensuring potential contractors have access to relevant information. Overall, the document underscores the importance of adhering to procedural guidelines in federal solicitations while also facilitating informed participation by contractors.
    Similar Opportunities
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    Sewage Cleanup Bks 332
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for sewage cleanup services at Building 332 located in Parris Island, South Carolina. The primary objective of this procurement is to address and remediate sewage-related issues within the troop housing facilities, ensuring a safe and sanitary environment for personnel. This cleanup is crucial for maintaining the operational readiness and health standards of military housing. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or by phone at 843-228-2703, or contact Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further details regarding the opportunity.
    Kahauiki Stream Maintenance Dredging, Phase 2, Fort Shafter Flats, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Kahauiki Stream Maintenance Dredging, Phase 2 project located at Fort Shafter Flats, Oahu, Hawaii. This design-bid-build project involves dredging and clearing two sections of Kahauiki Stream, cleaning two existing concrete culverts, and potentially replacing one culvert, with a focus on environmental compliance and best management practices throughout the process. The work is critical for maintaining the integrity of local waterways and ensuring proper drainage, which is vital for the surrounding infrastructure. Interested small businesses are encouraged to reach out to Kristin Schultz at kristin.e.schultz@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.