99 CES - PKC - Water Tank Survey
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, 99 CES is soliciting proposals for a Water Tank Survey at Nellis AFB, Nevada. This opportunity, issued as a Request for Proposal (RFP), seeks a contractor to perform water quality condition assessments, inspections, washouts, and disinfections of nine water storage tanks. This is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 6, 2026.
Scope of Work
The contractor shall complete a water quality condition assessment, inspection, washout, and disinfection of three (3) elevated water storage tanks and six (6) ground storage tanks, totaling nine (9) storage tanks. All services must comply with 40 CFR Parts 141.401 and 141.723, and other relevant U.S. Environmental Protection Agency (EPA) requirements. The Statement of Work (Attachment 1) provides detailed requirements.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: 90 days after award
- Place of Performance: Nellis AFB, Nevada
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541380 - Water Tank Survey, Small Business Size Standard $19M
- Product Service Code: Q301 - Reference Laboratory Testing
Submission & Evaluation
- Offer Due Date: Friday, March 6, 2026, at 12:00 PM PDT.
- Submission Method: Electronic offers only via email to the specified contacts.
- Proposal Requirements: Must include Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email, and Proposed Delivery Schedule. Offerors must complete the provided Price Sheet (Attachment 2), entering only unit prices. A completed copy of FAR 52.212-3 is required.
- Evaluation: Award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on Lowest Priced Technically Acceptable (LPTA) criteria. Technical acceptability will be determined first, followed by price evaluation.
- Questions Due Date: Closed on Tuesday, February 24, 2026.
Eligibility & Special Requirements
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Registration: Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award.
- Vendor Qualification: Must be a Certified Water Operator per Nevada Revised Statutes 445A.875 through 445A.880 and Nevada Division of Environmental Protection requirements.
- Deliverables: An Assessment and Disinfection Report including a summary of work, photos, condition assessment, disinfection program details, and testing results.
- Access: Requires permission for installation access, subject to vehicle searches and personnel criminal history checks.
Key Attachments
- Attachment 1 – Statement of Work (SOW)
- Attachment 2 – Price List
- Attachment 2 – As Builds (Record Drawings for previous repair work, relevant for understanding existing infrastructure)
- Question and Answers - FY26WTRTNKKT - Water Tank Survey
Contact Information
- Primary: Elijah Wesley (elijah.wesley@us.af.mil, 702-679-2519)
- Secondary: Vincent Perry (vincent.perry.2@us.af.mil, 702-652-2099)