Skip to main content

An official website of the United States government

You have 2 new alerts

Beale AFB Utility Well #9

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Jan 31, 2024 01:57 pm PST
  • Original Date Offers Due: Feb 14, 2024 04:30 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1NE - CONSTRUCTION OF WATER SUPPLY FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Beale AFB , CA 95903
    USA

Description

This is a pre-solicitation, no offers will be made at this time. 

Major Work Elements

The Contractor shall furnish all design, labor, supervision, transportation, materials, testing, analysis, reports, permits, specifically air quality authority to construct permit, hauling, tools, and equipment to accomplish all the work involved as necessary to conduct replacement of well #9 :

1. Repair by Replace Water Well #9

  • Contractor shall drill and install new water well, pump, and control system with industry standard casing to a sufficient depth capable of maintaining flow of 1,200 gallons per minute (GPM) to the existing drinking water supply piping network. Well installation shall be completed by a State of California C-57 licensed drilling contractor.
  • Contractor shall provide new concrete pad estimated to be 6 feet by 10 feet and raised to 24 inches above grade to conform to 100-year flood standards.
  • Contractor shall furnish new downhole water level sensing equipment to be connected to Siemens automated system.
  • Well shall conform to all local, state, regional and federal requirements for a community drinking water supply well, including sanitary/annular to a required depth, not less than 50ft.

2. Electrical

  • The well system will be powered by existing electrical transformer power (3 phase 480V).  Existing electrical power is provided by a pole mounted transformer.  A current project is removing the overhead power and replacing it with an underground duct bank and pad mounted transformer.  This project will connect to whatever is existing at the time of well installation.
  • Contractor shall provide new 75 horsepower submersible well pump, wiring, Pump controller (VFD) and associated parts and equipment.
  • Upgrade existing water flow meter with new water flow meter.

3. Plumbing

  • Modify existing piping as required to connect with new well.  All piping shall meet appropriate code requirements and at a minimum shall match existing systems.
  • Contractor shall provide new gate valve for water supply piping and flush piping.

4. Fencing

  • Contractor shall remove existing fencing around well piping and foundation, saving fence caps for re-use with barbed wiring. Contractor shall install new chain link fencing with barbed wire topping around new well and associated piping.

5. Well Decommission

  • Contractor shall provide well destruction plan to decommission the existing well to satisfy Yuba County permit requirements.
  • Proper abandonment and sealing of existing Well #9 in accordance with local, state, regional and federal requirements.

6. Disposal 

  • The Contractor shall coordinate with 9CES Environmental staff to determine proper disposal requirements for materials, which may include on-base recycling, hazardous waste disposal, or non-hazardous waste offsite disposal. It shall remain the responsibility of the Contractor to haul and dispose of removed materials identified for offsite disposal. All fees to dispose material offsite shall be the responsibility of the Contractor. The Contractor shall contact 9CES Hazardous Waste Program Manager for proper disposal details and required coordination and documentation references. Coordination shall also be made with 9CES Environmental regarding recycling.

Contact Information

Contracting Office Address

  • CONS EX ADMIN ONLY CP 530 634 2203 6500 B ST RM 101
  • BEALE AFB , CA 95903-1702
  • USA

Primary Point of Contact

Secondary Point of Contact

History