NASA LaRC Potable Water Supply Construction Project
ID: NNL15569227RType: Presolicitation
Overview

PSC

CONSTRUCT OF STRUCTURES/FACILITIES (Y)
Timeline
    Description

    NASA Langley Research Center is seeking contractors for the Potable Water Supply Construction Project, as indicated in a presolicitation notice. The project involves the construction of structures and facilities to ensure a reliable potable water supply at the research center located in Hampton, Virginia. This initiative is crucial for maintaining operational standards and supporting the center's ongoing research activities. Interested contractors can reach out to Ryan D. Bradley at ryan.d.bradley@nasa.gov or call 757-864-2027 for further details regarding the procurement process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Install Water/Wastewater Mains, ICBM Rd
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the installation of water and wastewater mains along ICBM Rd at Cape Canaveral Space Force Station in Florida. This procurement falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction, and aims to enhance the infrastructure necessary for effective water supply management. The project is critical for maintaining operational capabilities at the facility, ensuring reliable water services for various military and civilian functions. Interested contractors can reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil or call 251-441-5519 for further details regarding this sources sought notice.
    Launch Complex (LC) 39 Area Power Duct Bank Replacement
    Buyer not available
    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.
    Justification for Ceiling Increase to Center Maintenance, Operations, and Engineering Contract
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to justify a ceiling increase for the Center Maintenance, Operations, and Engineering Contract with Jacobs Technology, Inc. This modification, awarded on May 8, 2023, raises the contract ceiling by $80 million, bringing the total to $822.2 million, to accommodate future mission needs through the end of the current performance period. The services provided under this contract are crucial for the maintenance of miscellaneous buildings at NASA Langley Research Center in Hampton, Virginia. For further inquiries, interested parties can contact Curtis Hyman at curtis.hyman@nasa.gov.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    NASA Request for Information (RFI) – Neutral Buoyancy Laboratory (NBL) Facility Commercial Utilization
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking interest from various organizations to utilize its Neutral Buoyancy Laboratory (NBL) facility located in Houston, Texas. This Request for Information (RFI) aims to explore collaboration opportunities for activities such as zero-gravity simulations, underwater training, and on-water search and rescue operations, leveraging the NBL's extensive capabilities and infrastructure. The facility, one of the largest indoor pools globally, supports a range of operations and is equipped with advanced safety and operational features, making it suitable for both commercial and governmental projects. Interested parties must submit their responses by 5:00 p.m. CST on July 28, 2025, via email to J.R. Carpentier at john.r.carpentier@nasa.gov, providing relevant details about their proposed usage without including proprietary information.
    V47 Waterfront Operations
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    Cross Connection Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.