HAFB Boiler Chemicals
ID: FA820125R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8201 OL H PZIOHILL AFB, UT, 84056-5805, USA

NAICS

Other Basic Inorganic Chemical Manufacturing (325180)

PSC

MISCELLANEOUS CHEMICAL SPECIALTIES (6850)

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 proposals from qualified small businesses for the procurement of boiler chemicals and water treatment reagents at Hill Air Force Base in Utah. The contract, designated as a Total Small Business Set-Aside, aims to secure essential industrial water treatment chemicals necessary for maintaining efficient steam boiler operations, with a five-year ordering period and potential extensions. This procurement is critical for ensuring compliance with safety and environmental regulations, as well as maintaining operational efficiency at the facility. Interested vendors should contact Odalys Molina at odalys.molina@us.af.mil or by phone at 801-777-3536 for further details and to submit proposals in accordance with the outlined requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a proposal for the procurement of Boiler Chemicals/Reagents and Water Test Equipment, specifically dividing the requirements into various Contract Line Items Numbers (CLINs). CLIN 0001 covers five ordering periods for Water Treatment Chemicals, detailing estimated quantities such as 55-gallon drums of various chemicals (e.g., Condensate Treatment, Alkalinity Adjunct) and reagents, all marked with projected unit and extended prices of $0.00. CLIN 0002 presents a six-month option, listing similar chemicals with anticipated quantities. CLIN 0003 is focused on Water Test Equipment, which includes various sensors and meters, also reflecting estimated quantities and prices. The document emphasizes that the government is not obligated to fulfill the quantities listed, as actual procurement will depend on specific needs dictated by future delivery orders. This structured proposal serves the purpose of sourcing essential materials and equipment for water treatment and testing processes, essential for facility maintenance and environmental compliance, underlining the federal commitment to effective resource management and operational efficiency. The document is typical of federal RFPs, underscoring transparency and the strategic approach to government spending in environmental and facility management areas.
    The Boiler Systems Chemicals Statement of Work (SOW) outlines the requirements for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to supply water treatment chemicals for boiler systems at Hill Air Force Base (HAFB). The contractor is responsible for delivering various specified chemicals, following the standards detailed in the proposal. Key deliverables include a variety of water treatment chemicals listed in Appendix A, water testing reagents detailed in Appendix B, and testing equipment from Appendix C, with quantities dictated by individual delivery orders. Deliveries are required to occur within five working days of an order, with designated hours for distribution and protocols for safe transport and handling to comply with environmental regulations and safety standards. The contractor must ensure all materials are DOT approved and provide necessary Safety Data Sheets (SDS) and Certificates of Analysis (COA) for each product shipment. Additional guidelines cover contractor responsibilities for reporting incidents, adhering to security measures for base access, and following established protocols for communication, environmental spills, and contractor conduct on-site. This SOW emphasizes the importance of compliance with applicable laws and regulations, ensuring a safe and effective working relationship between the contractor and Hill AFB.
    The Hill AFB Boiler and Water Treatment Chemicals Contract outlines the procedural instructions for proposal submissions under a Federal Request for Proposal (RFP). It employs a Lowest Price Technically Acceptable (LPTA) evaluation method, emphasizing compliance with the Federal Acquisition Regulation (FAR). Offerors must submit four proposal volumes: Price, Technical, Experience, and Contract Documentation, with strict adherence to submission guidelines and page limits. A single firm-fixed-price contract is expected, spanning a five-year ordering period with a possible six-month extension, contingent upon factors like competition and funding. The document mandates complete and clear proposals, avoiding unnecessary embellishments. Offerors must maintain strict confidentiality of pricing details, submit technical methodologies, and provide proper certifications for water treatment components. Additionally, the Contracting Officer serves as the sole point of contact for inquiries, and both pre-award and post-award debriefings are available for bidders. Any exceptions to solicitation requirements must be explicitly documented. Overall, this RFP process underlines the government's commitment to structured evaluations, ensuring that proposals meet specified technical and administrative criteria.
    This document outlines the evaluation factors and criteria for awarding a contract related to boiler and water treatment chemicals under the Lowest Price Technically Acceptable (LPTA) method, as per Federal Acquisition Regulations. The government intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, with evaluation based on price and technical acceptability criteria, including submission of price, technical documentation, and compliance with specific regulations. Proposals will be ranked by Total Evaluated Price (TEP), followed by technical evaluations of the lowest-priced offers. Technical proposals must adhere to minimum standards, with specific certifications required for chemical components and samples. The intention is to streamline the process, allowing for awards without discussions, although the government retains the right for engagement if necessary. Offerors are reminded that all submitted proposals are considered binding. The expectations for documentation completeness and the criteria for evaluation are also specified to ensure clarity and compliance. This process emphasizes objective evaluation while maintaining a focus on price and technical specifications to meet governmental needs efficiently.
    The document outlines safety, fire protection, and health specifications for contractors working with the United States Air Force at Hill Air Force Base, focusing on industrial safety requirements. It establishes a comprehensive safety program that includes plans for mishap notification, on-site safety management, and compliance with federal, state, and local laws, particularly OSHA regulations. Key requirements include the need for contractors to create detailed safety plans addressing hazard analyses, emergency response procedures, and ongoing safety training for personnel. The document mandates immediate reporting of significant accidents, employee training on safety protocols, and maintenance of safety equipment and facilities. Furthermore, the guidelines emphasize the importance of protecting government property and personnel through established procedures for various operations, from handling hazardous materials to conducting aerial lift operations. Compliance with multiple standards and regulations, including those for personal protective equipment (PPE) and equipment operation, is critical. Overall, the document serves as a critical resource for ensuring a safe working environment and reducing risks associated with contract work in military settings.
    The document details a solicitation for the procurement of commercial products and services specifically for Women-Owned Small Businesses (WOSB) under the Boiler Chemical Contract for Hill Air Force Base. It outlines various essential elements such as requisition numbers, contractor information, and delivery schedules. The acquisition aims to obtain industrial water treatment chemicals and testing reagents necessary for maintaining efficient steam boiler operations. Key details include a five-year ordering period, optional extensions, and specifications for hazardous material documentation and safety data. The contracting process emphasizes compliance with federal acquisition regulations, ensuring that small business participation, particularly from women-owned enterprises, is prioritized. Payment terms and conditions, along with responsibilities regarding material safety data sheets, are thoroughly described, highlighting the government's commitment to supporting small businesses while adhering to stringent safety and regulatory standards. This document serves as a framework for potential vendors in understanding requirements and expectations for submitting their bids effectively.
    Lifecycle
    Title
    Type
    HAFB Boiler Chemicals
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    H946--Boiler Water Treatment Svcs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler Water Treatment Services to support the Central Texas Veterans Health Care System (CTVHCS) at the Temple and Waco VA Medical Centers in Texas. The contract, anticipated to be awarded as a firm-fixed price, aims to ensure efficient boiler operation through comprehensive chemical water treatment, regular water testing, and technical advisory services, while also emphasizing compliance with environmental standards. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their proposals by February 25, 2025, and direct any questions to Contracting Specialist Marcellus Jackson at marcellus.jackson@va.gov by February 10, 2025. The total contract value is estimated at $41 million, covering a base period of one year with four optional one-year extensions.
    Non-Stock Listed (ND) Multiple Award Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Non-Stock Listed Multiple Award Blanket Purchase Agreement (BPA) related to machined and manufactured supplies at Hill Air Force Base in Utah. The BPA, identified under solicitation FA820625Q0007, aims to procure items such as safety ventilation cylinder valves, with a focus on compliance with the North American Industry Classification System (NAICS) 332710 and adherence to federal procurement standards. This opportunity is crucial for ensuring the availability of necessary supplies for defense operations, with the government planning to award contracts to up to ten qualified small businesses based on their technical capabilities, pricing, and past performance. Interested parties must submit their proposals by April 7, 2025, and can direct inquiries to Arthur Gumushyan at arthur.gumushyan@us.af.mil or by phone at 801-586-8086.
    FE Warren KN-16 Boiler
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase of two KN-16 boilers for Buildings 336/1151 at FE Warren Air Force Base in Wyoming. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of compliance with federal regulations and the need for bidders to submit detailed pricing, product specifications, and delivery schedules. The boilers are critical for maintaining operational efficiency within the facility, and the government will manage unloading services upon delivery, while contractors must ensure their delivery personnel meet access requirements to the base. Interested parties should direct inquiries to Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must acknowledge the solicitation amendment prior to the submission deadline to ensure their offers are considered.
    Aircraft Coatings and Sealants
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of aircraft coatings and sealants to support operations at Hill Air Force Base, Utah. The objective is to identify capable vendors who can provide just-in-time delivery of aerospace coatings, sealants, and technical assistance to various maintenance groups within the Ogden Air Logistics Complex (OO-ALC). These materials are critical for maintaining operational readiness and compliance with military specifications, ensuring that the Air Force can effectively support its aircraft maintenance and repair activities. Interested small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned, are encouraged to respond to this Sources Sought notice by detailing their capabilities and small business status under NAICS Code 325510. Responses are due by February 24, 2025, and inquiries can be directed to Angie Poll at angela.poll@us.af.mil or Jason Neering at jason.neering@us.af.mil.
    Chemical Toilets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide rental and servicing of portable chemical toilets at Holloman Air Force Base (AFB) in New Mexico. The procurement involves supplying three double-mounted chemical toilet trailers on a monthly basis for a five-year period, commencing August 1, 2025, with a focus on regular servicing, sanitation, and compliance with environmental regulations. This service is crucial for maintaining sanitation standards and ensuring the health and safety of personnel at the base. Interested vendors must adhere to the submission deadlines outlined in the solicitation and can contact Darius Evans at darius.evans.4@us.af.mil or Jacob Stallings at jacob.stalling@us.af.mil for further inquiries.
    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 critical 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 importance of supporting small enterprises in government contracting. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further details.
    Oil Water Separators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the management of oil and water separators (OWS) at Peterson Space Force Base and Cheyenne Mountain Space Force Station. The procurement involves comprehensive services including inspection, cleaning, and maintenance of OWS, grease traps, and septic tanks, ensuring compliance with federal, state, and local environmental regulations. These services are critical for maintaining environmental integrity and operational readiness at military installations. Interested small businesses must submit their quotations by March 21, 2025, and can direct inquiries to Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
    Sodium Bicarbonate Blast Booth
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Sodium Bicarbonate Blast Booth. This solicitation is aimed at acquiring a specialized booth designed for abrasive product manufacturing, which is crucial for various industrial applications, including surface preparation and cleaning. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested vendors can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details. The procurement process will adhere to the guidelines outlined in FAR 19.5, ensuring a fair opportunity for eligible small businesses.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    B825 Chiller and Boiler Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B825 Chiller and Boiler Repair project at Shaw Air Force Base in South Carolina. The project involves the demolition of outdated chillers and a boiler, followed by the installation of new government-furnished equipment, with a total duration of approximately 126 calendar days. This initiative is critical for maintaining operational efficiency at the Base Defense Operations Center and requires compliance with various federal, state, and local construction standards, as well as environmental regulations. Interested contractors, particularly small businesses, should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details and to ensure adherence to the outlined requirements.