Single Source Solicitation for Waste Water Plant Software
ID: 19SA2024Q0035Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFAMERICAN CONSULATE DHAHRANWASHINGTON, DC, 20520, USA

NAICS

Sewage Treatment Facilities (22132)

PSC

SEWAGE TREATMENT EQUIPMENT (4630)
Timeline
    Description

    The U.S. Department of State, through the American Consulate in Dhahran, Saudi Arabia, is soliciting proposals for the procurement of wastewater treatment plant software under solicitation number 19SA2024Q0035. The contract aims to acquire essential software packages, specifically Factory Talk View Studio and Allen Bradley Studio 5000, which are critical for the operation of the U.S. Consulate's wastewater treatment plant, enabling it to function in automatic mode. This procurement is vital for maintaining efficient wastewater processing, as delays have already resulted in significant financial losses for the U.S. Government due to the plant's non-operational status. Interested vendors must submit their proposals by September 25, 2024, and can contact Gabriel A. Rangel or Usman Shahid for further inquiries. The estimated cost for this contract is $29,000.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Single Source Justification from the Department of State, requesting approval to award a sole source contract to HEADWORKS BIO INC for essential software and licenses for the wastewater treatment plant at USCG Dhahran. The initiative aims to install two software packages, Factory Talk View Studio and Allen Bradley Studio 5000, enabling the plant to operate in automatic mode, which is crucial for efficient wastewater processing. The estimated cost for this action is $29,000. The justification cites FAR 13.106-1(b)(1) as the statutory authority for not seeking full competition, emphasizing HEADWORKS BIO INC's unique qualifications, as they are the original manufacturer of the plant and the sole authorized provider of the necessary software. Delays in the purchase have already led to over $100,000 in financial harm to the U.S. Government, as the plant is currently non-operational and relies on expensive external water sources for irrigation. The documentation confirms that the contracting officer has determined the anticipated costs to be fair and reasonable, ensuring the urgency of this procurement to enable proper functionality of the wastewater treatment system at the consulate.
    The document presents a Request for Quotations (RFQ) 19SA2024Q0035 for "Waste water treatment plant software" to be procured by the U.S. Consulate General in Dhahran, Saudi Arabia. Interested companies must follow specific instructions outlined in Section 3, complete required documentation, and submit their quotations by September 25, 2024. The U.S. Government intends to award the contract to the responsible bidder offering the lowest acceptable price without further negotiations, though discussions may be held with companies within competitive range if necessary. Essential requirements include submitting the SF-1449 form, pricing details, representations, certifications, and proof of SAM registration. The contractor must deliver the software, which comprises Factory Talk View Studio and Allen Bradley Studio 5000, within 30 days of purchase order issuance, including all relevant costs in SAR or USD as applicable. Local contractors must note that a 15% Value Added Tax (VAT) should be included as a separate charge on invoices. This RFQ demonstrates adherence to federal procurement standards and guidelines for securing government contracts while enabling efficient waste management solutions at the consulate.
    The U.S. Consulate in Dhahran, Saudi Arabia, has issued a Request for Proposals (RFP) regarding the procurement of wastewater plant software. Interested companies are invited to submit their proposals to the designated Contracting Officer at the consulate by the specified due date. This particular solicitation, numbered 19SA2024Q0035, was issued on September 10, 2024, with a submission deadline of September 25, 2024. For additional inquiries, potential bidders may contact the contracting officer via email. This RFP signifies an opportunity for businesses to engage in government contracts and contribute to the consulate's operational infrastructure in Saudi Arabia.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Supply and Installation of Automatic Backwash at US Embassy
    Active
    State, Department Of
    Presolicitation notice from the Department of State: The US Embassy in Manila, Philippines, is planning to release a solicitation for the supply and installation of Automatic Backwash. This equipment is used for water purification and sewage treatment. The solicitation is expected to be issued in mid-week of July 2024, with the quotation due date specified in the solicitation. The contract/purchase order will be awarded to the lowest priced technically acceptable offeror. All contractors must be registered in the SAM Database prior to contract award. Electronic submission of offers is allowed, with specific size and format requirements.
    Y--GAOA - Design Build Wastewater Treatment System at
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the design and construction of a new wastewater treatment system at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project aims to replace the existing sewage treatment plant serving the Visitor Complex, ensuring compliance with environmental regulations and enhancing service capabilities. This opportunity is set aside for small businesses, with a contract value estimated between $250,000 and $500,000, and a performance period from November 21, 2024, to May 24, 2025. Interested contractors must submit proposals by September 20, 2024, and can direct inquiries to Samantha Lague at samanthalague@fws.gov or by phone at 413-253-8349.
    BRAND NAME OEM (AMPAC) REVERSE OSMOSIS WATER TREATMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source firm fixed price contract for a Reverse Osmosis Water Treatment System to support CNRNW Emergency Management in Everett, Washington. This procurement is essential for providing reliable water purification capabilities, which are critical for operational readiness and emergency management. The solicitation is anticipated to be posted on or about September 19, 2024, with a closing date around September 23, 2024. Interested parties must register in the System for Awards Management (SAM) and direct any inquiries to Joan Lockyear at joan.e.lockyear.civ@us.navy.mil.
    Water Testing and Treatment Services for NSWSC San Diego, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Schools Command (NSWSC) in San Diego, California, is soliciting proposals for Water Testing and Treatment Services to support their Engineering Training Lab. The primary objective is to ensure the effective treatment of fresh cooling water used in water cooling towers, which is essential to prevent bacterial growth that could hinder cooling operations and damage water pipes. This service is critical for maintaining the functionality of shipboard equipment in a controlled training environment. Interested contractors must provide all necessary personnel, materials, and equipment for monthly services over a 12-month period, with compliance to safety and environmental standards. Proposals must be submitted electronically, and for further inquiries, interested parties can contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    Replace Filter System, Ansbach, Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the replacement of a filter system located in Ansbach, Germany. This procurement, identified as W912GB24Q0013, aims to enhance water purification and sewage treatment capabilities, which are critical for maintaining operational readiness and environmental standards. Interested contractors should note the importance of the site visit information provided in the combined synopsis-solicitation document to ensure compliance with project specifications. For further inquiries, potential bidders can contact Shawna West at shawna.m.west@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil, with the RFQ details available for review.
    Management Contract for Yarmouk Water Company RFP No. 20/Supply/2024
    Active
    Agency For International Development
    The Agency for International Development (USAID/Jordan) is inviting qualified bidders to submit proposals for the Management Contract of Yarmouk Water Company (RFP No. 20/Supply/2024). The selected firm will be responsible for managing water and wastewater services across the YWC’s jurisdiction, which includes the Governorates of Irbid, Ajloun, Jerash, and Mafraq, ensuring effective service delivery and management of essential water resources in Jordan. Interested bidders must register by September 30, 2024, and submit their proposals by November 20, 2024, including a Proposal Security of USD 200,000. For further inquiries, bidders can contact the Secretary General of WAJ via email at YWCMC-Tender-Registration@mwi.gov.jo.
    Y--WRST 248940 Replace Deficient WaterTreatmentSystem
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a Pre-Solicitation Notice for a Request for Proposal (RFP) to replace the deficient water treatment system at the Wrangell St. Elias National Park and Preserve in Alaska. The project aims to construct a new water treatment building, install a new well, and upgrade existing water processing systems to ensure a reliable supply of potable water while minimizing visitor impact during construction. This Competitive Total Small Business Set-Aside project has an estimated construction cost between $1 million and $5 million, with a contract type of Firm-Fixed-Price and an anticipated completion period of 365 days from the Notice to Proceed. Interested parties should register on SAM.gov and can expect further details, including a Pre-Proposal Conference and Site Visit, in Fall/Winter 2024. For inquiries, contact Amber Hughes at amberhughes@nps.gov.
    PARTS WASHER LEASING WITH SOLVENT RECYCLING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to lease parts washer machines and provide solvent recycling services at the Tobyhanna Army Depot in Pennsylvania. The procurement involves leasing 17 parts washer machines, supplying cleaning solutions, and ensuring proper installation and maintenance over a contract period of one base year with four optional years. These services are critical for maintaining operational efficiency and safety standards in equipment maintenance, as they involve regular cleaning and compliance with environmental regulations. Interested contractors must submit their quotations electronically by September 25, 2024, and ensure compliance with Federal Acquisition Regulation (FAR) requirements. For further inquiries, contact Michele Dooley at michele.a.dooley.civ@army.mil or Michael J Clark at michael.j.clark238.civ@army.mil.
    Prince Sultan Air Base Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    The Department of Defense, through the 378th Expeditionary Logistics Readiness Squadron, is seeking innovative technological solutions to enhance fuel storage capabilities at Prince Sultan Air Base in Saudi Arabia. The initiative aims to address challenges related to the harsh Saudi Arabian climate and operational efficiency, requiring solutions that are modular, mobile, and capable of storing at least 100,000 gallons of fuel while exceeding eight years of longevity. Proposals must comply with USAF standards, including specifications for fuel bladders and spill containment systems, and will be evaluated based on technical merit and relevance to the Air Force's mission. Interested parties can submit proposals until September 17, 2024, and should contact A1C Austin Robey at austin.robey@us.af.mil or MSgt Nicholas Hopkins at nicholas.hopkins.2@us.af.mil for further information.
    LMA Factory Talk Software
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is soliciting a sole-source contract for the acquisition of one Factory Talk Software Package from Rockwell Automation Inc. This procurement is essential for maintaining the Low Voltage and Direct Current Switchgear Systems at the Lower Monumental Dam, ensuring compatibility with existing infrastructure and ongoing operational support. The contract emphasizes the importance of using specific software to prevent integration issues and maintain warranty coverage, with a proposal submission deadline extended to September 23, 2024, at 11:00 AM PST. Interested parties can reach out to Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further inquiries.