Water Wells Inspection and Testing
ID: FA468626QS124Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKBEALE AFB, CA, 95903-1702, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

OTHER QC/TEST/INSPECT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (H945)

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 vendors for a contract focused on the inspection and testing of five water well systems at Beale Air Force Base in California. The primary objective of this procurement is to assess the condition of the aging groundwater supply system, particularly addressing known issues with Well 5, and to prepare a comprehensive report detailing testing procedures, findings, and recommended corrective actions. This contract, which is set aside for small businesses, will span a 12-month base year from November 2025 to October 2026, and requires the contractor to adhere to strict regulatory compliance and quality control measures. Interested parties should contact Lamar Mullins at lamar.mullins@us.af.mil or 530-634-3368, and are encouraged to submit their UEI and capability statements along with any questions or comments regarding the requirement.

    Files
    Title
    Posted
    This Performance Work Statement outlines a contract for inspecting and testing multiple water wells at Beale Air Force Base (AFB). The project aims to identify repair and upgrade requirements for the aging groundwater supply system, with a specific focus on Well 5's known pump issue. The contractor must provide all necessary resources, including design, labor, materials, and equipment, ensuring compliance with federal, state, and local regulations. Key tasks include visual, operational, performance, and downhole inspections, as well as a regulatory compliance review. A California-licensed professional engineer with at least five years of experience in well design, construction, and testing must supervise the work and sign the final report. The contract spans a 12-month base year from November 2025 to October 2026. The contractor is responsible for quality control, waste disposal, and adherence to strict health and safety protocols. The government will provide certain documents, while the contractor is responsible for specific equipment like test pumps and piping. Deliverables include various inspection plans, reports, and photos, with strict deadlines.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Cross Connection Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.
    Unidirectional Hydrant Flushing and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Unidirectional Hydrant Flushing and Repair program at Aberdeen Proving Ground, Maryland. This Sources Sought Notice aims to gather market research for services that include locating, inspecting, assessing, and operating distribution system valves and hydrants, as well as recording water usage and creating a GIS-compatible deliverable. The work is critical for maintaining the integrity of the water distribution system and ensuring compliance with safety and operational standards, with contractors required to adhere to the Performance Work Statement and relevant guidelines such as the AWWA M-44 manual. Interested parties should contact Margaret Keelty at margaret.v.keelty.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    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.
    Fort Hunter Liggett (FHL) - Modernize Potable Water Transmission and Storage Infrastructure
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a project to modernize the potable water transmission and storage infrastructure at Fort Hunter Liggett, California. The project involves the design and construction of a new 5.25-mile transmission line, installation of two new storage tanks, construction of an access road, and upgrades to existing water source facilities, with an estimated contract duration of 540 days and a budget range of $25 million to $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond to the sources sought notice by December 5, 2025, at 3:00 PM EST, providing necessary documentation and experience details through the designated survey link. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.