BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published September 2, 2025 at 8:00 PM

Updated September 5, 2025

Renovation of a water / sewer project in Spring Lake, North Carolina. Completed plans call for the renovation of a water / sewer project.

Renovate Glycol De-icing Tank :- The 43rd AMOG requires the replacement of two existing glycol tanks with a single new tank, followed by the procurement and installation--or design and construction--of a shelter for the new tank. This is a construction-only effort being competitively solicited among all Small Business concerns on SAM.gov. The Government intends to award a single firm-fixed-price contract in accordance with Federal Acquisition Regulation (FAR) Parts 13 and 36 and the specific details outlined in the RFP and its attachments. This RFP does not authorize the commencement of work and does not obligate the Government for any proposal development costs. A written directive or contractual document signed by the Contracting Officer will be issued prior to the start of any performance activities. The Government reserves the right to cancel the solicitation without obligation to the contractor. Location: Pope Army Airfield, 100 Reilly Road, Pope Field, NC 28308. Project Location: Ft. Bragg, North Carolina Estimated Range $75,000 - $150,000 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. Question Deadline 08/28/2025 at 10:00 AM ET Questions or clarification of RFP documents shall be submitted in writing to the Contracting Officer: Ms. Amber Climaco Telephone: 618-256-9964 Email Address: amber.climaco@us.af.mil or Contract Specialist: Mr. Hunter Ottensmeier Telephone: 618-256-9968 Email Address: hunter.ottensmeier@us.af.mil Issuing Office: 763d Enterprise Sourcing Squadron, OL-Pope AAF 510 POW/MIA Drive, Bldg P40, Suite E1004 Scott AFB, IL 62225-5022 Contracting Officer: Ms. Amber Climaco Telephone: 618-256-9964 Email Address: amber.climaco@us.af.mil Contract Specialist: Mr. Hunter Ottensmeier Telephone: 618-256-9968 Email Address: hunter.ottensmeier@us.af.mil This job shall include all labor, materials, and equipment required for full performance of the work. The scope of work of this purchase order includes, but is not limited to the following specific items of work: A. Remove one 10,000-gallon tank with secondary containment, pump, piping, controls, and all associated equipment attached to the existing glycol tank and transport the recycling center at Lamont Landfill on Fort Bragg. B. Provide and install new: 10,000-gallon double walled tank, pump, motor, piping, and hose for discharging of de-icing glycol from the new tank. C. Pump and motor shall be capable of discharging a minimum of 200 gallons per minute. D. Tank shall be saddle mounted, double walled, 10,000-gallon capacity, with exterior epoxy or like coating, grounded at saddle to structure with 8-foot copper ground rod with 6-gauge high molecular weight polyethylene (HMWPE) coated cable. E. Provide and install controls (motor controller and relay) to allow starting and stopping of the pumping operation. F. Connect motor and any electronics to existing electrical panel located on-site at the current tank location. G. Provide and install new gauge displaying the number of gallons discharged. Gauge should be able to be reset to zero before each discharge. H. Provide and install new tank gauge to display level of glycol in the tank. I. Provide specification sheets for tank, motor, pumps, and electrical components installed. J. Provide one day for the Government to transfer glycol from the existing 25,000- gallon tank to the new 10,000-gallon tank. K. Remove the 25,000-gallon horizontal tank with secondary containment structures, pump, piping, controls, and all associated equipment attached to the existing glycol tank and transport to the recycling center at Lamont Landfill on Fort Bragg. L. Provide and install or design and construct a freestanding, open-sided, carport-style shelter to protect the tank from precipitation and direct sunlight, reducing heat absorption by the tank, contributing to its longevity, and maintaining the integrity of its contents. The shelter roofing shall consist of painted 26-gauge corrugated galvanized steel or galvalume panels and shall be pitched to ensure proper water drainage. The shelter roofing paint shall be neutral in color and non-reflective. The color of all shelter components shall match adjacent structures in accordance with the IDG. The shelter design shall provide at least three feet clearance around and above the new tank for air circulation as well as tank inspections, maintenance, filling, and emptying. All shelter components shall be secured, braced, and anchored to withstand local wind loads. M. Provide specifications of the shelter's structural integrity and resilience prior to installation for review. N. Contractor is responsible to verify all measurements and conditions pre-bid. The Government intends to only hold one official site visit. Requests for additional site access must go through the 763 ESS/OL-Pope Contracting Squadron (763 ESS) point of contact (POC) listed in the Request for Proposal. Any additional site access will be made available to all Contractors solicited for this project. Acceptance of the purchase order shall constitute acceptance of the existing conditions. The contractor shall: protect existing, in-place, and new work, always provide adequate protection for persons and property, and execute the work in such a manner to avoid any hazard to persons and property as necessary O. The Government referenced details indicate the general extent of the work. The references are not intended to indicate or describe all work required for the full performance and completion of the requirements of the job. P. Kick-off Meeting: Contractor shall schedule a kick-off meeting to occur within one week of purchase order award. Representatives in attendance shall at a minimum include contractor project manager, contractor engineer or technical representative, contracting officer representative and customer facility manager. Q. Contractor shall provide timeline to completion during the RFQ phase; and shall adhere to schedule given, not to exceed 60 days from removal to completion.

Post-Bid

Water / Sewer

$250,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
249
Active Projects
156
Bidding Soon
1,818
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

September 4, 2025

January 5, 2026

Project location map

3559 Surveyor St, Spring Lake, NC

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.