MAFR Well Repair
ID: FA485525Q000400001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

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 quotes for the repair of Well #3502 at the Melrose Air Force Range in New Mexico. The project involves the removal of an old pump, installation of a new 20 HP submersible pump, replacement of HDPE piping, and necessary electrical work, with the aim of restoring the well to operational status by February 2025. This procurement is crucial for maintaining water supply functionality at the facility, reflecting the Air Force's commitment to operational readiness and environmental compliance. Proposals are due by March 7, 2025, with inquiries accepted until March 4, 2025; interested vendors should contact A1C Christian London at christian.london@us.af.mil or 575-904-4931 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for repairing Well #3502 at the Melrose Air Force Range in New Mexico, scheduled for February 2025. The contractor will be responsible for labor, materials, and compliance with all relevant laws to restore the well to operational status. Specific tasks include removing the old pump, installing a new 20 HP submersible pump and HDPE piping, replacing the power panel, and conducting a well test per industry standards. Additionally, proper disinfection procedures and documentation of well development must be completed and submitted to the appropriate authorities. Contractor personnel must meet identification and safety protocols, including obtaining necessary passes for base access and adhering to environmental regulations. The work hours are set from 0700 to 1600, Monday to Friday, excluding federal holidays. Emphasis is placed on using environmentally sustainable products and complying with hazardous materials regulations. Contractors must report all labor hours through a secure data collection system, ensuring accountability and alignment with government oversight measures. Overall, the document is a detailed directive aimed at ensuring safe and compliant well repair operations aligned with federal standards.
    The document outlines the contract administration requirements related to electronic payment requests for the Department of Defense (DoD). It incorporates relevant Defense Federal Acquisition Regulation Supplement (DFARS) clauses necessary for contractors to facilitate payments and receiving reports through the Wide Area Workflow (WAWF) system, effective from January 2023. Key components include definitions of terms such as DoDAAC, payment request types, and WAWF access procedures for contractors. The document highlights various payment submission procedures based on the contract type, including cost-type and fixed-price line items. It also specifies the routing data to be used for document submissions. Additionally, several federal grant and RFP-related clauses are referenced, ensuring contractors comply with regulations about compensation, cybersecurity, and environmental sustainability. The document emphasizes compliance with broader federal acquisition principles and the priority given to small business interests, particularly in fostering inclusivity and compliance with labor standards. This comprehensive guideline is essential for ensuring that engagements within government contracts adhere to established rules while facilitating timely payments.
    The document appears to be a fragmented and corrupted government file related to Requests for Proposals (RFPs) and federal grant opportunities. Although the text is largely unintelligible, it seems to involve various initiatives and funding opportunities at federal, state, and local levels, addressing potential projects or services that may require bidding or proposals. Key aspects likely include guidelines for application, requirements for project completion, and alignment with regulations. Given the overall context, the document might focus on facilitating governmental collaborations with private entities to enhance public services or infrastructure projects. The structure is compromised, presenting challenges in extracting specific details, yet it indicates a systematic approach to streamline procurement processes and ensure compliance within governmental frameworks. This demonstrates a commitment to transparency and accountability in the allocation of public funds.
    The Department of the Air Force is soliciting quotes for a well repair service at the Melrose Air Force Range (MAFR) in New Mexico, identified under Solicitation Number FA485525Q0004. This Request for Quotation (RFQ) is exclusively set aside for small businesses, with a NAICS code of 221310 pertaining to Water Supply and Irrigation Systems. The required services include pulling 400 feet of 6-inch steel well piping, replacing a 40 hp submersible pump, and reinstalling 400 feet of HDPE along with new electrical wiring and resealing the well head. Proposals are due by 7 March 2025, with inquiries accepted until 4 March 2025. The evaluation of quotes will prioritize technical acceptance, past performance, and price, adhering to FAR provisions. Interested vendors must be registered in the System for Award Management and are urged to ensure their bids meet all specified requirements for successful procurement. The solicitation does not include a written solicitation beyond this notice, making it crucial for vendors to adhere to the stated guidelines for submission. This procurement reflects the Air Force's commitment to maintaining operational functionality through necessary facility improvements.
    The "Civilian Contractor Environmental Guide" for Cannon Air Force Base (CAFB) and Melrose Air Force Range (MAFR) outlines essential environmental requirements for contractors working at these installations. The guide emphasizes compliance with federal, state, and local environmental regulations, including proper management of hazardous materials, waste disposal, and wildlife protection. Contractors must supply Safety Data Sheets for hazardous materials, undergo Environmental Management System training, and submit detailed documentation for hazardous material usage and disposal. Key sections include guidelines for hazardous material handling, spill control, air quality management, and preservation of natural and cultural resources. Contractors are responsible for notifying the appropriate offices in case of spills or encounters with hazardous substances. The document also provides a framework for waste management, encouraging recycling and diversion of materials. Overall, this guide serves to promote environmental stewardship and regulatory compliance, ensuring contractors minimize their impact on the environment while fulfilling their contracts. It reflects the Air Force's commitment to continual environmental improvement and adherence to applicable laws governing environmental practices.
    The document outlines clarifications and details related to a Request for Proposal (RFP) concerning the installation of a new submersible well pump in an existing well system. Key points include the necessity of bailing sediment due to the well's age, the requirement for 4” HDPE piping, and the confirmation that steel casing needs replacement. The well's low production capacity and power options are specified, alongside a request for planning a site visit on January 29th. The position on well inspection is that it is not deemed necessary. Concerns from vendors about scheduling and permits relate to safety protocols due to nearby aircraft operations. Overall, this document serves as a comprehensive guide for potential contractors to understand essential project requirements, address logistical constraints, and clarify technical specifications for well pump installation, ensuring a smooth procurement process within the framework of government projects.
    Lifecycle
    Title
    Type
    MAFR Well Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    LF Sump Pump Discharge Lines
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and replacement of sump pump discharge lines at Malmstrom Air Force Base in Montana. The project, identified by solicitation number FA4626-25-R-0002, involves excavation, re-routing, and replacement of discharge lines for sumps SP102 and SP103, with a performance timeline of 180 calendar days following the notice to proceed. This initiative is crucial for maintaining military infrastructure and ensuring operational efficiency, with an estimated project cost ranging from $500,000 to $1,000,000. Interested contractors, particularly small businesses, must submit their proposals, including past performance references, by April 3, 2025, at 2:00 p.m. MDT, and can contact SrA Tamia Cash at tamia.cash@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Design Bid Build project focused on water infrastructure improvements at the Permanent Exercise Complex (PEC) and Range Support Complex (RSC) located at Melrose Air Force Range in Curry County, New Mexico. The procurement aims to enhance water supply facilities, which are critical for supporting military training and operations in the area. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the NAICS code 237110 pertaining to Water and Sewer Line and Related Structures Construction. Interested parties can reach out to Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356 for further details.
    Cannon AFB - Melrose Air Force Support Contract
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Cannon AFB - Melrose Air Force Support Contract, which focuses on operations, maintenance, and support services at the Melrose Air Force Range (MAFR) in New Mexico. The contract aims to provide comprehensive services including training range operations, facility maintenance, electronic warfare support, and emergency medical services, with a base period of 60 months starting December 1, 2025, and options for extensions. This procurement is crucial for maintaining military readiness and operational efficiency, with an estimated budget of approximately $47 million structured as a firm-fixed-price contract. Interested small businesses are encouraged to participate, and proposals must be submitted electronically by April 11, 2025, with inquiries directed to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base in Montana. This firm fixed-price contract aims to replace and repair storm drainage facilities, requiring contractors to supply all necessary personnel, equipment, and materials to fulfill the project specifications. The initiative is crucial for maintaining infrastructure integrity and environmental compliance, with an estimated contract value between $1 million and $5 million, set aside for total small businesses. The RFP is expected to be released on or after March 10, 2025, with a closing date around April 11, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    KIRTLAND AIR FORCE BASE DRINKING WATER TEST WELL, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking environmental consulting services for the Kirtland Air Force Base Drinking Water Test Well project located in Bernalillo County, New Mexico. The objective of this procurement is to conduct necessary assessments and provide technical support related to the drinking water test well, ensuring compliance with environmental standards and safety regulations. This project is critical for maintaining the quality of drinking water at the base, which is essential for the health and safety of personnel and surrounding communities. Interested parties should contact Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356 for further details, as this presolicitation notice indicates that the contract will be awarded in the near future.
    Pumping Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of pumping assemblies under a firm-fixed-price contract. The solicitation aims to acquire portable, self-priming centrifugal pumping assemblies for the bulk transfer of fuel and water, with specific performance specifications outlined in MIL-PRF-52109J, which includes criteria for hydrostatic pressure endurance and rated flow capacities. This equipment is crucial for military operations, ensuring efficient and safe transfer of essential fluids. Interested suppliers must submit their quotations by March 12, 2025, and can direct inquiries to Angela Saunders at angela.saunders@dla.mil or by phone at 586-230-1017.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    BULK FUELS FACILITY (BFF) GROUNDWATER TREATMENT SYSTEM OPERATIONS, KIRTLAND AIR FORCE BASE, NM
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the operation of a groundwater treatment system at the Bulk Fuels Facility (BFF) located at Kirtland Air Force Base in New Mexico. The procurement aims to ensure effective remediation services to address environmental concerns associated with the facility's operations. This opportunity is critical for maintaining compliance with environmental regulations and safeguarding public health in the surrounding area. Interested parties can reach out to Loretta Sanchez at loretta.d.sanchez@usace.army.mil or call 505-342-3210 for further details regarding this Sources Sought notice.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.