Potable Water Backflow Prevention Survey
ID: FA462625Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- WATER QUALITY (B533)

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 seeking contractors to conduct a Potable Water Backflow Prevention Survey at Malmstrom Air Force Base in Montana. The primary objective of this procurement is to assess compliance with Air Force regulations regarding cross-connection controls and backflow prevention, which are critical for maintaining water safety and preventing contamination. This survey will cover all water-using facilities on the main base and 15 remote Missile Alert Facilities, with a requirement to produce a comprehensive report detailing findings and recommendations for improvements. Interested parties, particularly small businesses, must submit their proposals by 8 AM Mountain Time on March 7, 2025, and can direct inquiries to Jennifer Lodmell at jennifer.lodmell.1@us.af.mil or Ricardo Dominguez at ricardo.dominguez@us.af.mil.

    Files
    Title
    Posted
    The document outlines an installation map for Malmstrom Air Force Base (AFB), intended for planning purposes, specifically highlighting key structures and roads. It includes a detailed layout indicating various amenities available in the base, such as residential areas (Atlas Village, Jupiter Village), recreational facilities (archery range, swimming pool), and other essential infrastructure (airfield, parking areas, service roads). Essential features are marked with symbols to clarify their types, including towers, fences, and roads. The map is marked "For Official Use Only" and emphasizes that it should not be reproduced or used for engineering or survey purposes without proper authorization, reflecting standard security protocols inherent to military documents. Safeguarding of this information is stressed as a responsibility of accessing personnel, with rights and restrictions outlined to maintain privacy and security. Overall, the document serves as a crucial resource for planning and operational needs at Malmstrom AFB, ensuring that users can navigate the installation effectively while adhering to strict information security regulations.
    The Contractor Entry Authorization List, dated March 17, 2014, serves to verify individuals authorized for unescorted entry to Malmstrom Air Force Base (AFB) to fulfill contractual duties. The document highlights that all listed personnel have undergone verification, mandating that commercial and contractor vehicles be subject to search regardless of size upon entry at the designated gate. Key details include individual identifiers such as name, Social Security number, date of birth, state driver's license number, and physical characteristics, accompanied by their contracting company information. Additionally, it specifies operational hours, effective and expiration dates for the access permissions, and contact information for the project manager for any inquiries. The document emphasizes compliance with the Air Force Privacy Act, ensuring personal information remains confidential unless consent is given for public disclosure. The purpose of this authorization is to ensure security and order while contractors perform their official duties on the installation.
    The document is intended to discuss federal and state/local Requests for Proposals (RFPs) and grants. RFPs are essential for governments seeking services or products from private entities, enabling a competitive bidding process. The focus is on streamlining the procurement process to ensure transparency, efficiency, and adherence to regulations. It emphasizes the importance of providing clear guidelines for potential vendors, including submission requirements, evaluation criteria, and compliance standards. The document outlines various funding opportunities available at different government levels, designed to foster innovation, improve public services, and address community needs. These opportunities serve as a catalyst for economic growth and support for local businesses by encouraging them to engage in government contracting. The overarching goal is to enhance service delivery while ensuring that taxpayer dollars are utilized effectively. The structure typically includes sections detailing the objectives, eligibility criteria, application procedures, and assessment methodologies, facilitating a comprehensive understanding for applicants. Ultimately, the document reflects the government's commitment to fostering competitive practices in the procurement process while addressing local and federal objectives.
    The document comprises a comprehensive list of backflow prevention devices (BPDs) across various buildings, detailing specific identification numbers, manufacturers, models, sizes, hazard rankings, and points of use. Each entry highlights essential information regarding the location of devices, such as slop sinks, hose bibbs, and hand hydrants, which are critical for preventing contamination in potable water systems. The hazard rank categorizes devices as either low or high risk, reflecting their importance in safeguarding public health. This information is indispensable in the context of federal and state regulations regarding plumbing safety and water quality compliance. By systematically documenting the location and specifications of these devices, the list aids in facility management and maintenance, ensuring that necessary inspections and repairs are carried out to uphold water safety standards in accordance with government codes and guidelines.
    The document presents a comprehensive list of Backflow Prevention Devices (BPDs) used across various facilities, including Clean Rooms, Boiler Rooms, and Pump Houses, managed by multiple manufacturers such as Ammes and Arrowhead Brass Products. Each entry details the BPD ID, size, and specific point of use, highlighting a collection of operational equipment crucial for maintaining water safety and contamination prevention. The devices are categorized by building number, with a consistent hazard rank of "Low" for all listed items, indicating minimal risk associated with their operation. The summary reveals a total of 107 devices and assemblies as of February 11, 2025, reflecting the federal government's commitment to infrastructure and safety standards through structured documentation. This detailed assembly of equipment addresses compliance with safety regulations and informs potential future procurement opportunities under government RFPs and grants.
    The Department of the Air Force issued a Guidance Memorandum (DAFGM) to update and implement immediate changes to the Department of the Air Force Manual (DAFMAN) 32-1067 regarding Water and Fuel Systems. This document outlines mandatory compliance directives related to the management, inspection, and regulatory adherence for underground and aboveground storage tanks for petroleum products. Key updates include appointing a qualified compliance manager, establishing a cross-functional inspection team, mandatory database entries for all storage systems, specified qualifications for inspectors, and detailed documentation requirements for inspections. The memorandum mandates compliance with federal regulations, including CFR Parts 112 and 280, emphasizing coordination among various Army units and personnel for environmental compliance. The changes aim to ensure safety, regulatory compliance, and systematic oversight of water and fuel systems throughout Air Force installations. This guidance reflects the ongoing commitment of the Air Force to maintain environmental integrity and preparedness while adhering to rigorous operational standards across installations and facilities.
    The Statement of Work (SOW) outlines the requirements for conducting a Potable Water Cross-Connection Control and Backflow Prevention Survey at Malmstrom Air Force Base (AFB) in Montana, due by February 2025. The contractor is tasked with assessing all water-using facilities on the main base and 15 remote Missile Alert Facilities (MAFs) to ensure compliance with Air Force regulations, particularly AFMAN 32-1067, which mandates such surveys every five years. Key objectives include creating an updated inventory of cross-connection controls and producing a report with findings and improvement recommendations. The scope excludes certain non-testable devices and specific equipment types. The survey must comply with various plumbing codes, and high hazards identified during the assessment must be reported to relevant authorities on site immediately. The contractor must adhere to prescribed operating hours, security requirements, and environmental regulations, ensuring cleanliness and safety protocols are followed throughout the survey process. All generated records remain government property, with inspections verified by designated personnel, affirming that standards are met. Proper training and certification for employed staff are mandatory, emphasizing public health and safety during the operation.
    This document outlines a government Request for Proposal (RFP) aimed at engaging a contractor for a Potable Water Backflow Prevention Survey at Malmstrom Air Force Base. The solicitation includes information on the contract number, issue date, and details for submission, including the requirement for bidders to be recognized as Women-Owned Small Businesses (WOSB) or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The contractor responsibilities encompass conducting extensive cross-connection control surveys for the potable water systems, covering both the main base and several Missile Alert Facilities. The document specifies the expected deliverables, including a timeline for project completion within 180 days from the award date, and outlines payment processes, including electronic invoicing via the Wide Area Workflow system. Furthermore, it details applicable federal acquisition regulations and various compliance clauses that the contractor must adhere to, such as environmental safety guidelines and labor standards. Overall, this RFP reflects the government's commitment to supporting small business participation while ensuring compliance with regulatory and safety standards throughout the project.
    This document is an amendment to a solicitation for federal contracts, primarily addressing the receipt of offers and modifications to contract terms. The amendment specifies that the deadline for acknowledging the amendment is set for 8 AM Mountain Time on March 7, 2025, directing all inquiries to the Contract Administrator, Jennifer Lodmell, and the Contracting Officer, TSgt Ricardo Dominguez Jr. It emphasizes the importance of acknowledging the amendment to avoid rejection of offers and outlines procedures for changing previously submitted offers through written communication. Furthermore, it clarifies that all other terms and conditions remain unchanged. This amendment is part of the federal government's process to ensure transparency and clarity in procurement operations, supporting fair and open competition while maintaining compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    LTUY242011 Repair West Base Backflow Preventer
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of the West Base Backflow Preventer at the Jefferson Barracks Air National Guard Station in Missouri. The project involves the removal of a failed backflow preventer assembly and its replacement with a compliant, lead-free unit, requiring the contractor to be a licensed plumber with confined space certification. This work is critical for maintaining the integrity of the domestic water service system and ensuring compliance with local, state, and federal regulations. Interested contractors must submit their proposals by February 20, 2025, at 1:00 PM, and can direct inquiries to MSgt Joe Bernier at joseph.bernier.1@us.af.mil or by phone at 314-527-8033.
    MAF Lagoon Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base (AFB) in Montana. The objective of this procurement is to provide 208V 3 Phase Power to the Missile Alert Field Lagoons, with the contract being a firm fixed price arrangement. This project is crucial for ensuring the operational readiness and functionality of the electrical systems at the base. Interested contractors, particularly small businesses, should note that the solicitation number is FA4626-25-R-0006, with proposals expected to be available by March 10, 2025, and a closing date around April 11, 2025. The estimated contract value ranges from $250,000 to $500,000, and contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
    Boiler Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for boiler inspections at Malmstrom Air Force Base in Montana. The contract, designated as a Total Small Business Set-Aside, requires the contractor to perform bi-annual inspections of boilers and unfired pressure vessels, ensuring compliance with safety regulations and operational protocols, including OSHA standards. This procurement is critical for maintaining the safety and operational efficiency of the base's heating systems, with a total award amount of $11,500,000 and a performance period from March 17, 2025, to August 31, 2025. Interested vendors can contact SrA Robert Gottschalk at robert.gottschalk@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil for further details.
    MAFR Well Repair
    Buyer not available
    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.
    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.
    DRINKING WATER SAMPLING AND ANALYSIS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for drinking water sampling and analysis services at Seymour Johnson Air Force Base and Blakeslee Recreation Area in North Carolina. The contractor will be responsible for collecting, transporting, and analyzing water samples in compliance with the Environmental Protection Agency’s Safe Drinking Water Act and North Carolina state regulations, ensuring adherence to strict quality assurance protocols and timely reporting of results. This initiative is crucial for maintaining public health standards and environmental safety at military and recreational facilities. Interested parties can contact SSgt Jonathan E. Truslow at jonathan.truslow@us.af.mil or Franco Chiappori at franco.chiappori.1@us.af.mil for further details, with the procurement set aside for small businesses under the SBA guidelines.
    Reverse Osmosis System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Reverse Osmosis System through a Combined Synopsis/Solicitation notice. This procurement aims to acquire a water supply system that is crucial for ensuring the availability of clean and safe water, which is essential for various military operations and facilities. The project will take place at Wright Patterson Air Force Base in Ohio, and it is set aside for small businesses under the SBA guidelines, emphasizing the government's commitment to supporting small enterprises. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further details regarding the submission process and deadlines.
    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.