JUSTIFICATION AND APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMEPTITION FOR ONLY ONE RESPONSIBLE SOURCE - Granular Activated Carbon (GAC) Operation at Red Hill Adit 3
ID: N6274222F4023-P00006Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

PSC

LEASE OR RENTAL OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (W046)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking to modify an existing contract for the operation of Granular Activated Carbon (GAC) filtration systems at the Red Hill Bulk Fuel Storage Facility in Hawaii. This modification involves leasing four new Ion Exchange (IX) Resin Tanks for PFAS treatment and an additional twelve GAC tanks for emergency drinking water use, ensuring readiness in the event of a drinking water emergency. The urgency of this procurement is underscored by the need for continuity of service and compliance with regulatory agreements, with the selected contractor, Vectrus Systems Corporation, being justified as the sole source due to their familiarity with the existing systems. Interested parties can reach out to Bernadette Julian at bernadette.julian@navy.mil or Kacie Fujio at kacie.n.fujio.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The Department of the Navy, Naval Facilities Engineering Systems Command Pacific, is issuing a Justification and Approval for a non-competitive, firm fixed-price modification to an existing contract with Vectrus Systems Corporation. This modification, under Contract N62742-16-D-3552, Task Order N62742-22-F-4023, is for the continued operation of the 5 Million Gallon per Day Granular Activated Carbon (GAC) filtration systems at Red Hill to remediate the Red Hill Aquifer. The modification also includes leasing four new Ion Exchange (IX) Resin Tanks for PFAS treatment at the Red Hill Bulk Fuel Storage Facility and twelve additional GAC tanks for emergency drinking water use at West Loch Navy Facility. The sole-source award to Vectrus is justified due to their familiarity with the existing system, the need for continuity of service, and the time-sensitive nature of the requirement to comply with regulatory agreements and prepare for potential drinking water emergencies. Competition would cause unacceptable delays and increased costs due to security clearances and mobilization. A permanent solution for Red Hill is in the design phase and will be competitively procured in the future.
    Similar Opportunities
    Purchasing GAC of 8 Units
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, intends to award a sole source contract to Clean Harbors Environmental Services for the procurement of eight granular-activated carbon (GAC) vessels. This acquisition is critical for supporting various Red Hill recovery operations and ensuring compliance with environmental regulations related to source water filtration. The contract will be awarded under the authority of 10 U.S.C. § 3204(c)(2) and FAR 6.302-2, and no competitive offers will be solicited. For further inquiries, interested parties may contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or Samantha Tomisato at samantha.e.tomisato.civ@us.navy.mil.
    90-DAY EXTENSION RED HILL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag tanker vessel under a Military Sealift Command (MSC) Tanker Time Charter for an additional 90 days. This extension is crucial to ensure continuous emergency storage capacity and rapid response capabilities in the event of a fuel storage tank failure at the Red Hill Bulk Fuel Storage Facility (RHBFSF) until the delivery of a newly awarded long-term contract vessel to Pearl Harbor, HI. The procurement is vital for maintaining operational readiness and supporting current and emergent missions. Interested parties can contact Stephanie Ricker at stephanie.ricker1@navy.mil or 757-341-5630, or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or 757-443-5886 for further details.
    Notice of Intent to Sole Source to Guam Waterworks Authority
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Marianas, intends to award a sole-source contract to the Guam Waterworks Authority (GWA) for the provision of water and sewer services on Guam. This procurement is necessary as GWA is the only legally mandated utility provider on the island, responsible for supplying potable water and wastewater services to both civilian and military customers, including key installations such as Naval Base Guam and Andersen Air Force Base. The importance of this contract lies in GWA's unique position as the sole provider capable of meeting the water and wastewater needs of areas that cannot be fully served by Department of War utilities. Interested parties may submit inquiries regarding this notice within 14 days to the primary contact, Yun Hong, at yun.p.hong.civ@us.navy.mil.
    Increasing capacity on IDIQ W912WJ19D0003
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers New England District, is seeking to increase capacity on the existing IDIQ contract W912WJ19D0003 for environmental support services. The procurement focuses on three main program areas: a Groundwater Treatment Plant Treatability Study at Hanscom Air Force Base in Bedford, MA, a Remedial Investigation for LF004 at the same base, and construction phase services at the Raymark Superfund Site in Stratford, CT. This additional capacity is crucial to ensure the timely completion and maintenance of ongoing environmental remediation efforts. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details.
    Oily Wastewater Treatment Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.
    Wastewater & Water Treatment Plant Chemicals
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southeast, is seeking contractors to provide chemicals for operational support at the domestic wastewater treatment plant and potable drinking water treatment facility located at Naval Air Station Corpus Christi, Texas. This procurement aims to ensure the effective treatment and management of wastewater and drinking water, which are critical for maintaining operational readiness and environmental compliance at the facility. Interested vendors can reach out to Kimberly Drymala at kimberly.y.drymala.civ@us.army.mil or by phone at 361-961-5219, or to LCDR Dylan Bush at dylan.l.bush.mil@us.navy.mil or 361-961-2156 for further details regarding the contract requirements and submission process.
    Water Quality Maintenance of LL-7000 Heat Exchanger-AMENDMENT 0003
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the maintenance of the LL-7000 Heat Exchanger, as outlined in Solicitation N0016426Q0004. The procurement focuses on ensuring the quality of high-purity, de-mineralized, de-ionized cooling water used for test equipment, requiring contractors to perform routine services including inspection and cleaning of strainers, replacement of filter cartridges, and maintenance of ion exchange resins. This maintenance is critical for the operational integrity of the cooling system, which supports various defense-related testing activities. Interested contractors should note that the response deadline has been extended to December 5, 2025, at 12:00 PM EST, and may contact Trey Smith or Sonsiree Lagunas via email for further inquiries.
    Individual Water Treatment Device for Reduction/Removal of Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from any indigenous fresh water sources
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Soldier Center in Natick, Massachusetts, is conducting a market investigation for an Individual Water Treatment Device designed to reduce or remove Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from indigenous fresh water sources. The device must meet stringent military requirements, including being lightweight (not exceeding 12 ounces), easy to use and maintain, and capable of producing purified water from chemical contaminants for at least 135 liters, with a desired treat-to-drink time of less than 5 minutes. This initiative is crucial for ensuring safe drinking water for soldiers in diverse operational environments, adhering to Military Exposure Guidelines and NSF protocols for water purification. Interested parties are invited to submit their capabilities and product information via email to the designated contacts by January 16, 2026, with no funding currently available for this opportunity.
    Reverse Osmosis Pump Service Sole Source Parker Hannifin
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, intends to award a sole source contract for the service of Reverse Osmosis First and Second Pass Pumps to Parker Hannifin/VMT. This procurement aims to facilitate the removal and replacement of these critical water purification components, which are essential for maintaining operational capabilities. The contract falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, with a size standard of $34 million. Interested parties may direct inquiries to Devlin Horton at devlin.m.horton.civ@us.navy.mil or contact Jason Fittro at Jason.d.fittro.civ@us.navy.mil, as this notice does not invite competitive proposals or quotes.