146 CES Lift Station Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 is conducting market research via a Sources Sought notice for 146 CES Lift Station Repair at Channel Islands Air National Guard Station (ANGS), CA. This presolicitation aims to identify qualified contractors for the repair and upgrade of a sewage lift station. The anticipated magnitude of construction is between $250,000 and $500,000. Responses are due April 17, 2026.
Scope of Work
The project requires the contractor to provide all necessary plant, labor, materials, tools, equipment, and supervision to repair the lift station. This includes the removal of existing pumps, piping, rails, controllers, and cables, followed by the installation of an upgraded, new packaged sewage lift station, wet well type pump replacement system. The goal is to create a functional lift station that meets or exceeds the specifications outlined in the Statement of Work (SOW).
Contract & Timeline
- Type: Sources Sought / Market Research (Presolicitation)
- NAICS: 237110 - Water and Sewer Line and Related Structures Construction (Size Standard: $45,000,000)
- Magnitude: Between $250,000 and $500,000
- Set-Aside: Seeking small business participation; may become unrestricted if adequate small businesses are not identified.
- Response Due: April 17, 2026, by 11:30 PM PT
- Published: April 3, 2026
Instructions to Vendors
Interested concerns must submit a written notice, not exceeding five pages, stating their positive intention to submit a proposal as a prime contractor. Responses should include:
- A statement of intent to propose as a prime.
- A list of projects completed in the past five years (Government and private industry), including type, dollar value, contract number, location, point of contact, and prime/subcontractor role.
- A brief outline of resources, subcontractors, and key personnel.
- Demonstration of the firm's socioeconomic status (e.g., SB, 8(a), HUBZone, SDVOSB) and size.
Additional Notes
This notice is for market research and planning purposes only and does not constitute a solicitation or obligation for the Government. No contract award will be made based on responses. Submissions should be sent via email to william.tucker.32@us.af.mil, referencing the Notice ID and project title. Standard document types (Microsoft Office, Adobe PDF) are acceptable; compressed files are not.