PKA - Wastewater Repair - B650

SOL #: FA442726R0005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4427 60 CONS LGC
TRAVIS AFB, CA, 94535-2632, United States

Place of Performance

ARBOGA, CA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

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

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Mar 31, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, 60th Contracting Squadron, is soliciting proposals for Wastewater Pipe Repair services at Building 650, Travis Air Force Base, CA. This is a Firm-Fixed Price, Total Small Business Set-Aside opportunity with an estimated magnitude of construction between $250,000 and $500,000. The project involves repairing the sanitary sewer system to address flow interruptions and backups. Proposals are now due by 3:00 pm PDT on Monday, April 6, 2026.

Scope of Work

The contractor will provide all necessary supplies, materials, tools, equipment, and qualified labor to repair the sanitary sewer system under Building 650. Key tasks include:

  • Performing a video (boroscope) inspection to verify existing pipe material, condition, size, and length, extending approximately 5 ft beyond the building's footprint (excluding a 2018 pharmacy renovation area).
  • Clearing all blockages and obstructions in the sanitary sewer piping.
  • Repairing approximately 840 linear feet of 4-inch and 2-inch pipe and 50 wye/tee fittings primarily using trenchless methods (e.g., cured-in-place pipe lining). Piping serving the kitchen must be rated for high-temperature (200F) water.
  • Performing post-repair video inspection (CCTV) and verifying flow before placing the system in service.
  • Repairing or replacing any exterior or interior finishes damaged during the work (e.g., concrete, asphalt, drywall, paint, flooring).
  • Providing as-built documents in CAD/DWG and PDF formats.
  • Maintaining facility operation, with disruptive activities required to occur after hours (1700-0500).

Contract & Timeline

  • Contract Type: Firm-Fixed Price
  • Magnitude of Construction: Between $250,000 and $500,000
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 237110 - Water and Sewer Line and Related Structures Construction
  • Size Standard: $45,000,000 Annual receipts
  • Period of Performance: 10 calendar days to begin after Notice to Proceed, with completion within 180 calendar days.
  • Performance Bonds: Required.
  • Proposal Submission Deadline: Monday, April 6, 2026, at 3:00 pm PDT.
  • Questions Deadline: Thursday, March 26, 2026, at 12:00 pm (noon) PDT.
  • Site Visit: A site visit was held on Thursday, March 5, 2026, at 10:00 am PDT.

Evaluation & Submission

Proposals will be evaluated based on Past Performance (more important) and Price, utilizing a best value source selection process. Instructions for proposal preparation are in Section L, and the basis of award is in Section M. Offerors must provide proposals valid through the specified acceptance period. A Past Performance Questionnaire is provided for reference.

Key Attachments & Special Requirements

Key attachments include architectural floor plans, plumbing diagrams (1972 and 2018 pharmacy renovation), an aerial photo, a site condition picture (IMG_6333), and the Davis-Bacon Act Wage Determination (CA20260007) for Solano County, CA. Bidders must adhere to prevailing wage rates. Contractor personnel require identity proofing and vetting for access to Travis AFB, as detailed in the TAFB Contract Security Clause. All correspondence and questions must be submitted in writing via email to both the Contracting Specialist and Contracting Officer.

Contact Information

People

Points of Contact

SrA Akeim GriffithsPRIMARY
Brandon SprattSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Apr 2, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 9, 2026
Version 1
Solicitation
Posted: Feb 20, 2026
View