Water Wells Inspection and Testing
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 seeking proposals for Water Wells Inspection and Testing at Beale Air Force Base, CA. This Total Small Business Set-Aside opportunity requires comprehensive assessment and reporting on multiple water supply wells. Quotes are due March 9, 2026, at 10:00 AM PST.
Scope of Work
The contractor will provide personnel, labor, and equipment to perform comprehensive inspection and testing of seven groundwater wells at Beale AFB. This includes assessing physical and operational conditions, identifying non-compliant conditions against industry standards, and delivering a detailed report with prioritized corrective actions. An optional contract line item is included for repair of deficiencies related to the pump and/or downhole equipment for Well 5. All work must adhere to Federal, State, and local regulations and be coordinated with the 9th Civil Engineer Squadron.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Contract Type: Firm Fixed Price
- Period of Performance: March 23, 2026, to March 22, 2027
- NAICS Code: 541620 (Environmental Consulting Services)
- Size Standard: $19 Million
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Beale Air Force Base, ARBOGA, CA 95903
Key Requirements & Qualifications
The inspection and testing must be supervised by a California-licensed Professional Engineer with at least five years of experience in well design, construction, and repair. Any well repairs must be performed by a California-licensed C-57 Well Drilling Contractor. The contractor is required to develop and maintain a quality control program.
Evaluation Criteria
Award will be made using a Lowest Priced Technically Acceptable (LPTA) approach. Evaluation factors include Technical Acceptability (not to exceed 7 pages), Past Performance (acceptable/unacceptable), and Price (reasonableness, completeness, accuracy). Offerors must include a completed copy of FAR 52.212-3, Offerer Representations and Certifications.
Important Clarifications & Amendments
The solicitation has undergone multiple amendments. The latest amendment extends the quote due date to March 9, 2026. A site visit was held on February 10, 2026, with questions related to the site visit due by February 18, 2026. Key clarifications from the Q&A document include:
- The confirmed Period of Performance is March 23, 2026, to March 22, 2027, with no option years except for Well 5 repair.
- Historical well data will be provided to the successful bidder.
- Most wells were constructed in 1942 and relined in 1999; Wells 5, 8, and 9 have backup generators.
- Repairs are limited to Well 5.
- Clause 252.204-7012 is required, but there is no CMMC component.
- A Wage Determination (Yuba 2015-5659 Rev 25) is provided as Attachment 2.
Submission & Contact Information
Quotes are due by March 9, 2026, at 10:00 AM PST. For questions, contact Lt Abigail Bartleson at abigail.bartleson.1@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.