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
    Janitorial Services at Moses Lake, WA ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    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.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    633 CES Refurbish 3 Pumps in Main Lift Station
    Buyer not available
    The Department of Defense, through the 633rd Contracting Squadron at Langley Air Force Base, is soliciting quotes for the refurbishment of three pumps in the Main Lift Station. The project aims to restore full operational capacity to the sewage lift station, which currently has only one of its three pumps functioning, by providing comprehensive diagnostic testing and necessary repairs or replacements. This procurement is critical for maintaining effective waste management services at the facility, ensuring compliance with environmental standards and operational efficiency. Quotes are due by 4:30 PM Eastern Time on December 8, 2025, and must be submitted via email to the primary contacts, Vanity Wright and Emoni Bright. Interested contractors must be registered with SAM.gov and adhere to the outlined requirements, including wage determinations and safety protocols.
    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.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    PUMP UNIT. CTFGL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PUMP UNIT. CTFGL, categorized under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The procurement aims to ensure the operational readiness of critical pumping equipment, with a required Repair Turnaround Time (RTAT) of 229 days and Government Source Inspection (GSI) mandated for all repairs. Interested contractors must submit their quotes, including pricing and RTAT, by the extended deadline of December 12, 2025. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Fish Barrier Admin Wing and Bathroom Remodel
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.