Navigate the lattice: hubs for browsing, trends for pricing signals.
1.0 Description: 1.1 The 1 SOCONS / PKB in support of Hurlburt Field is seeking information on potential contractors who could provide annual water tank maintenance and inspection services.1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information, planning, and market research purposes ? it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background: Hurlburt Fields Contracting office is conducting market research to identify potential sources capable of satisfying an Indefinite Delivery Indefinite Quantity (IDIQ) contract for paint, service, maintenance, and inspection of a water tower. This service ensures the proper functioning and sustainment of the bases water infrastructure. This request is intended to assess capabilities and availability in the commercial market to support acquisition planning.2.1 Planned Production/Services Description: Four tanks with a total capacity of 875,000 gallons.2.1.1. Tower 2 - 250,000 Gallon 2.1.2. Tower 5 - 250,000 Gallon 2.1.3. Tower 7 - 125,000 Gallon 2.1.4. Tower 808 - 250,000 Gallon 2.2 Delivery Period/Period of Performance: Five years 3.0 Requested Information: 3.1 Please provide the following: 3.1.1. Capability Statement 3.1.2. Details of what is included in annual visual inspection and 5 year detailed inspection 3.1.3. Details of previously held contracts including Scope of Work, Points of contact for references, and Contract Numbers 3.1.4. Any credentials, certifications, and/or licenses held 4.0 Responses: 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 365 compatible format are due no later than 02 February 2026, 01:00 CST. Responses shall be limited to 3-pages for Section 2 and submitted via e-mail abigail.turek@us.af.mil and richard.beaty.3@us.af.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.4.3.2. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 237110. The number of pages in Section 1 of the white paper shall not be included in the 3-page limitation, i.e., the 3-page limitation applies only to Section 2 of the white paper. 4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 3-pages. 5.0 Summary: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources capable of providing water tower repair, maintenance, and cleaning services over a five-year period for four tanks. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items/services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 237110 (last 12 months), benchmarked to sector 23.