Sewage Ejector Pump Replacement
ID: 697DCK-25-R-00268Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting offers for the replacement of a sewage ejector pump at the Chicago Air Route Traffic Control Center in Aurora, Illinois. The contractor will be responsible for providing all necessary labor, materials, and supervision to install a new pump that meets current discharge requirements, while ensuring compliance with federal, state, and local regulations, particularly concerning safety and environmental standards. This project is critical for maintaining operational functionality at a key facility, with a completion timeline of seven business days following the Notice to Proceed. Interested contractors can contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details.

    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) solicits offers for a construction project involving the removal and replacement of a sewage pump and piping at the Chicago Air Route Traffic Control Center in Aurora, Illinois. The contractor must provide all necessary labor, materials, and supervision, ensuring that the new pump meets discharge requirements and existing infrastructure is properly connected. Performance bonds are required, and work must be completed within seven business days following a notice to proceed. The contractor is mandated to follow federal, state, and local regulations, notably regarding confined spaces and environmental safety. The contract includes clauses for inspections, payment provisions, and adherence to the "Buy American" standards for steel and manufactured goods. Additional requirements include electronic signature provisions and records management compliance, ensuring that all tasks performed align with federal regulations and contract specifications. The project underscores the FAA's commitment to maintaining operational functionality at critical facilities while ensuring safety and compliance throughout the construction process.
    The document outlines the Request for Proposals (RFP) for the replacement of a sewage ejector pump within the mechanical room of the Chicago Air Route Traffic Control Center in Aurora, Illinois. The contractor is responsible for all labor, materials, and supervision necessary to install a new pump that meets or exceeds current discharge requirements. Key tasks include reconnecting existing discharge piping, ensuring safety protocols concerning volatile organic compounds, and maintaining cleanliness on-site. The project must be completed within 7 business days following the Notice to Proceed (NTP), with potential work hours extending beyond normal operational times due to the facility's 24/7 nature. Coordination with the Contracting Officer Representative (COR) is crucial throughout the process, particularly for any operational shutdowns. Adherence to OSHA regulations for confined spaces is mandatory. The reference drawing provided serves as a guideline for the work but requires on-site verification of dimensions. Overall, the RFP emphasizes the importance of safety, regulatory compliance, and communication between the contractor and the facility management to ensure a successful project outcome.
    The document is a wage determination issued by the U.S. Department of Labor, outlining applicable wage rates for construction projects in Illinois, specifically addressing building and residential projects across several counties. It specifies wage rates under the Davis-Bacon Act and highlights minimum pay requirements dictated by Executive Orders 14026 and 13658, applicable based on contract dates. A comprehensive list of classifications and wage rates for various labor categories such as carpenters, electricians, and laborers is included, detailing hourly wages and fringe benefits. The document underscores contractor obligations regarding wage compliance and the appeal process for wage determination disputes. It reflects federal guidelines to ensure fair pay for workers on federally funded construction projects, promoting labor rights and standards in the construction sector.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Emergency Sewage Pumps
    Buyer not available
    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.
    43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of centrifugal pumps under the solicitation titled "43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 239 days, with all repairs needing to meet specific operational and functional requirements as outlined in the contract. These pumps are critical for various naval operations, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT, to the primary contact, Alison Harper, via email at ALISON.E.HARPER.CIV@US.NAVY.MIL, or by phone at 771-229-0456, as the solicitation is issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery.
    PKA -Sanitary Sewage Lift Station and Grease Trap Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for sanitary sewage lift station and grease trap services at Travis Air Force Base in California. The procurement involves a Firm Fixed Price contract for services including the pumping and cleaning of sanitary sewage lift stations, scheduled grease trap services, transport and disposal of waste, and quality control, with a base year and four option years. These services are critical for maintaining the base's sanitation infrastructure and ensuring compliance with environmental regulations. Proposals are due by November 19, 2025, with a site visit scheduled for November 6, 2025, and interested parties should contact TSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Phillip Manwaring at phillip.manwaring@us.af.mil for further information.
    Y1DA-- 630A4-26-404 Sewage Ejector Pump replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for the replacement of sewage ejector pumps at the Brooklyn VA Medical Center, with a focus on engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project entails the complete replacement of two sewer ejector pumps and associated components, including shut-off valves, electrical disconnects, and installation of new control systems, with an estimated construction cost between $100,000 and $250,000. This procurement is critical for maintaining the facility's operational integrity and ensuring compliance with federal regulations, including the Buy American Act and green procurement practices. Interested contractors must submit their offers by December 9th, 2025, and are encouraged to attend a mandatory pre-bid site visit on November 24th, 2025, at 11:00 AM EST; inquiries should be directed to Charlie Augustin via email by November 25th, 2025.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    Medium Pressure Pump Module Motor Test, Teardown, and Evaluate (TT&E)
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, is seeking proposals for a Firm-Fixed-Price contract for the Test, Teardown, and Evaluation (TT&E) of five 75 HP Medium Pressure Pump Module Motors. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to perform the TT&E services, which must comply with the specifications outlined in the attached Performance Work Statement (PWS). This procurement is critical for maintaining the operational readiness of equipment used by the Oklahoma City–Air Logistics Complex (OC-ALC). Interested vendors must submit their proposals by November 20, 2025, at 3:00 PM CDT, and can contact Shanita Manuel or Bryce Cornish via email for further information.
    SOLICITATION: REFURBISH THE LOW-LEVEL WIND SHEAR ALERT SYSTEM (LLWAS) AT THE TALLAHASSEE INTERNATIONAL AIRPORT (TLH) IN TALLAHASSEE, FL.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting offers for the refurbishment of the Low-Level Wind Shear Alert System (LLWAS) at the Tallahassee International Airport (TLH) in Florida. The project aims to extend the operational life of the existing system by replacing electrical and mechanical components, repairing towers, installing security fences, and restoring the site across eight LLWAS stations. This refurbishment is critical for maintaining safety and operational efficiency at the airport, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their proposals by November 5, 2025, at 4:00 PM Central Time, with a site visit scheduled for October 23, 2025. For further inquiries, contact Stephen Branch at stephen.n.branch@faa.gov.
    PUMP,ROTARY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of rotary pumps under a federal contract. The procurement aims to ensure a Repair Turnaround Time (RTAT) of 35 days for the rotary pumps, which are critical components in various military applications. Interested contractors must provide detailed quotes including unit prices, total prices, and their capacity to meet the required RTAT, with the expectation of government source inspection and compliance with quality assurance standards. For further inquiries, potential bidders can contact Alexander S. Craft at 771-229-0409 or via email at alexander.s.craft.civ@us.navy.mil.
    SEA ATCT, TRACON, ARTCC Grounds Maintenance
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide comprehensive grounds maintenance services for the Seattle Air Traffic Control Tower (ATCT), Terminal Radar Approach Control Facility (TRACON), and Air Route Traffic Control Center (ARTCC) from January 1, 2026, to December 31, 2030. The contract, structured as a firm-fixed-price agreement with four optional one-year extensions, includes services such as grass cutting, edging, fertilization, litter collection, vegetation removal, and tree/shrub pruning, all of which must adhere to strict environmental compliance standards. Interested small businesses must submit their proposals by December 1, 2025, and are encouraged to attend a site visit on November 5, 2025, with questions due by November 10, 2025. For further details, contractors can contact Jennifer J. Davis at jennifer.j.davis@faa.gov.