Flow Meter Calibration Service
ID: M6700125Q1017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Testing Laboratories and Services (541380)

PSC

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Marine Corps Installation East at Camp Lejeune, North Carolina, is soliciting proposals for flow meter calibration services required for their drinking water and wastewater treatment facilities. The contract involves the annual calibration of sixty flow meters across four drinking water treatment plants and one advanced wastewater treatment plant, ensuring compliance with state and federal standards for accurate flow measurements. This procurement is critical for maintaining operational efficiency and environmental compliance at military installations. Interested small businesses must submit their quotes by April 11, 2025, and can direct inquiries to Emily Tsan at emily.n.tsan.civ@usmc.mil or by phone at 910-451-1595.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 1:04 PM UTC
The document is an amendment to a government solicitation, specifically aimed at addressing questions received regarding a contract related to flow meters at Camp Lejeune. It confirms that all other terms remain unchanged and details responses to inquiries from potential service providers. Key points include: the availability of model and serial numbers for flow meters for on-site calibration, a firm stance against considering alternate qualifications or certifications beyond those specified in the Performance Work Statement, and clarification on the finalization of the NAICS code, which was updated from 334514 to 541380. Additionally, the amendment states that site visit requests will not be accommodated. The purpose of the amendment is to ensure clarity and communication between the contracting authority and potential contractors as they prepare their proposals, emphasizing adherence to predefined criteria and maintaining the integrity of the procurement process.
Apr 3, 2025, 1:04 PM UTC
The document outlines an amendment to a solicitation for contract MMP1005661719, specifically regarding flow meter calibration services at Marine Corps Base Camp Lejeune. The amendment updates provisions, including the project work statement, changes the due date for submission of offers from April 1, 2025, to April 11, 2025, and specifies requirements for technical capability, pricing, and necessary certifications for vendors. The contract aims to ensure accurate operational reporting of water and wastewater flow at multiple treatment plants through calibration and inspection of various meters. Contractors must provide qualifications, a detailed calibration schedule, and final reports post-calibration, with all deliverables submitted in specified formats. The document emphasizes compliance with state and federal standards, outlining the contractors' responsibilities and qualifications. It also details access procedures to Camp Lejeune for contractors. This amendment reflects the government's ongoing commitment to maintaining environmental compliance and operational efficiency within military installations.
Apr 3, 2025, 1:04 PM UTC
The document is a Request for Quote (RFQ) issued by the Marine Corps Installation East at Camp Lejeune, NC, for calibrating flow meters used in water and wastewater systems. The solicitation number is M6700125Q1017, with the due date for offers set for April 1, 2025. The contract is aimed at ensuring compliance with state and federal standards through accurate flow measurements. The contractor is expected to provide calibration services across several locations, complete all necessary equipment inspections, and furnish reports on operational status and any needed repairs. The RFQ outlines the required qualifications for bidders, including certifications as an ISA Certified Control Systems Technician and NICET Level III in Industrial Instrumentation. The scope includes service requirements, operational hours, and information on site access. Additionally, the document includes clauses and requirements for submission of quotes and questions, indicating that offers will be evaluated mainly on price. This procurement effort illustrates the government's commitment to maintaining environmental standards and ensuring operational efficiency in water management at military facilities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Rehabilitation of Wells 585 & 606
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the rehabilitation of Wells 585 and 606 at Marine Corps Base Camp Lejeune in North Carolina. The project involves the installation of new submersible pumps, stainless-steel piping, and various control components, with strict adherence to environmental, health, and safety regulations, as well as compliance with state and federal codes. This rehabilitation is crucial for ensuring a safe and efficient water supply for military operations, emphasizing the importance of maintaining existing infrastructure. Interested contractors, specifically those listed as Mechanical MACC Contractors, must submit their proposals by May 1, 2025, with an estimated project cost between $250,000 and $500,000, and are encouraged to attend a site visit scheduled for April 10, 2025. For further inquiries, contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
Camp Lejeune Chemicals
Buyer not available
The Department of Defense, through the Commanding General of the Department of the Navy, is soliciting quotes for the supply of various chemicals necessary for water treatment at Marine Corps Base (MCB) Camp Lejeune in North Carolina. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the delivery of seventeen different chemicals, aimed at ensuring the provision of safe potable water across multiple facilities, including swimming pools and treatment plants. This contract is critical for maintaining operational integrity and public health standards, with a base performance period from June 15, 2025, to June 14, 2026, and an option for an additional year. Interested vendors should direct inquiries to Patricia Quinones at patricia.quinones@usmc.mil or Waymon D. Gardner at waymon.gardner@usmc.mil, with the amendment details and requirements outlined in the associated documents.
WTP/WWTP Lab Samples
Buyer not available
The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting quotations for Water Quality Testing services at Marine Corps Air Station (MCAS) Cherry Point, NC, under solicitation number M6700125Q1047. The procurement aims to ensure compliance with environmental regulations, particularly the National Pollutant Discharge Elimination System (NPDES) permits, by requiring the contractor to conduct various laboratory analyses as outlined in the Performance Work Statement (PWS). This contract, which is a Total Small Business Set-Aside, spans a base period of 12 months with an option for a one-year extension, emphasizing the importance of adherence to quality assurance processes throughout the contract lifecycle. Interested small businesses must submit their proposals electronically by 4:00 PM on April 11, 2025, and can direct inquiries to Aaron Avery at aaron.m.avery.civ@usmc.mil.
METER,FLOW,SPECIAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of specialized flow meters. This contract is focused on the manufacturing of bare printed circuit boards and associated electrical and electronic properties measuring instruments, which are critical for various defense applications. The procurement is set as a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense needs. Interested vendors should direct inquiries to Taylor Bloor at 717-605-7990 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the detailed requirements outlined in the solicitation documents.
66--FLOAT, METER
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of a "Float, Meter" under solicitation number N00104-25-Q-BP43. The procurement involves a total quantity of 30 units of the specified item, identified by NSN 1H-6680-016758046-X5, which is critical for measuring liquid levels and mechanical motion. The selected contractor will be required to deliver the items within 180 days to designated distribution centers in Pennsylvania and California. Interested parties must contact Zackary Loudon at (717) 605-7722 or via email at zackary.loudon@navy.mil to obtain the solicitation and must submit their proposals within 45 days of the notice, adhering to the requirements outlined in the solicitation.
66--FLOAT, METER
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking suppliers for the procurement of 50 units of a float meter, identified by NSN 1H-6680-016758048-X5. The contract requires delivery to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA, highlighting the importance of timely logistics in supporting naval operations. These float meters are critical for measuring liquid levels and mechanical motion, which are essential in various defense applications. Interested vendors should contact Zackary Loudon at (717) 605-7722 or via email at zackary.loudon@navy.mil for further details regarding this presolicitation opportunity.
DRINKING WATER SAMPLING AND ANALYSIS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for drinking water sampling and analysis services at Seymour Johnson Air Force Base and Blakeslee Air Force Recreation Area. The contractor will be responsible for collecting, transporting, analyzing, and reporting water samples in accordance with North Carolina Department of Environmental Quality (NC DENR) guidelines, focusing on parameters such as bacteriological content, lead, copper, nitrates, and Total Trihalomethanes. This procurement is crucial for maintaining public health and safety standards at military installations, ensuring compliance with federal and state regulations. The total award amount is estimated at $19 million, with a firm fixed price contract structure, and interested parties must submit their proposals by April 15, 2025, to the designated contacts Angela Gibson and TSgt Glinnis Thompson.
Water Testing & Treatment Service
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
66--METER,FLOW RATE IND
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 24 units of a flow rate indicator meter, identified by NSN 6680014079438. This solicitation is a source-controlled drawing item, meaning that the items must conform to specific approved designs, with the approved source being 1URU2 10A2235AXXX61RXXXXLLA1. The flow rate indicator is crucial for various military applications, ensuring accurate measurement and control of fluid flow in defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 156 days after the award date.
Wattmeter Calibrator System
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking responses from qualified vendors for the modernization of its Wattmeter Calibration Systems (WCS) and the procurement of a Primary Lab Wattmeter Calibration System (PLWCS) under the Naval Air Systems Command's Metrology and Calibration (METCAL) Program. The initiative aims to replace the existing WCS, which has been in service for over 40 years, with modernized systems that enhance measurement range, accuracy, and precision for calibrating both analog and digital radio frequency wattmeters in shore-based laboratories. This procurement is critical for maintaining high standards of measurement accuracy and operational readiness within the Navy, ensuring compliance with military specifications and enhancing workforce training capabilities. Interested parties are encouraged to submit a Capability Statement and Rough Order of Magnitude by April 22, 2025, to Procurement Specialist Taylor O’Neal at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R6005 in their correspondence.