Water and Sewer Utility Services for NIST Gaithersburg Campus
ID: NB193000-25-00764Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Administration of Air and Water Resource and Solid Waste Management Programs (924110)

PSC

UTILITIES- WATER (S114)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 26, 2025, 5:00 PM UTC
Description

The Department of Commerce's National Institute of Standards and Technology (NIST) intends to contract with the Washington Suburban Sanitary Commission (WSSC) for water and sewer utility services at its Gaithersburg, Maryland campus. This sole-source procurement is necessary due to WSSC's exclusive rights as the only provider of such services in Montgomery County, ensuring reliable and uninterrupted service that meets regulatory standards. The contract is projected to cover the period from April 1, 2025, to April 30, 2026, with an estimated total value of approximately $3.78 million. For inquiries, interested parties may contact Helen Wesley at helen.wesley@nist.gov or Tony Schmidt at tony.schmidt@nist.gov.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 5:05 PM UTC
The U.S. Department of Commerce's National Institute of Standards and Technology (NIST) is seeking to justify a noncompetitive procurement for water and sewer services for its Gaithersburg, Maryland campus. The Washington Suburban Sanitary Commission (WSSC) is identified as the sole provider of these services due to its legislative establishment that grants it exclusive rights in Montgomery County. The contract is projected to cover the period from April 1, 2025, to April 30, 2026, with an estimated total value of approximately $3.78 million. The justification emphasizes the need for reliable, uninterrupted service compliant with various regulatory standards. Market research confirmed WSSC's unique qualifications, and no competition was solicited as it is mandated by law for the services required. The anticipated costs are deemed fair and reasonable, based on historical usage patterns and WSSC’s public utility rate structures. The document also specifies that future actions may be taken to remove barriers to competition should the regulatory landscape change. Notably, the procurement falls under statutory authority allowing exceptions to full and open competition.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
ASTM CUSTOMIZED COMPASS PORTAL SUBSCRIPTION
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the renewal of the customized COMPASS portal subscription with ASTM, located in West Conshohocken, PA. This subscription provides access to a comprehensive collection of standards, including the Complete 15 volume Book of Standards, various Digital Library content, and selected European Normative Standards, ISO, and IEC Standards. The procurement is critical as ASTM is the sole provider of these services, holding exclusive rights to the content and archives, and no competitive proposals will be solicited. Interested parties may express their interest and capability via email to Randy E. Schroyer at randy.schroyer@nist.gov by 5:00 PM EST on December 26, 2024, with a firm fixed-price purchase order expected to be issued around January 27, 2025, for a one-year period with four additional one-year options.
Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
Buyer not available
Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
Blanket Purchase Agreements (BPAs) for the Washington Aqueduct
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking to establish Blanket Purchase Agreements (BPAs) for the Washington Aqueduct, aimed at fulfilling various supply and incidental service needs. The procurement encompasses six categories, including industrial supplies, electrical and HVAC supplies, laboratory and plant operations supplies, controls and instrumentation supplies, pumps and pump parts, and gases, with a total of up to eighteen BPAs anticipated over a five-year ordering period. The Washington Aqueduct is crucial for providing an average of 135 million gallons of water daily to its wholesale customers, emphasizing the importance of reliable supply chains for water treatment operations. Interested vendors must submit their capability statements by April 27, 2025, to the designated contacts, Erica Stiner and Leigha Arnold, with no current solicitation available for proposals.
Maintenance and Repair Support for NIST Vilter Chiller, AHU-15, and Environmental Chamber
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking quotations for maintenance and repair support for its Vilter chiller, AHU-15, and environmental chamber under RFQ No. NIST-RFQ-25-7301395. The procurement requires qualified small businesses to provide regular scheduled maintenance and as-needed repair services for critical HVAC&R equipment, ensuring the reliability of NIST's research infrastructure. This contract includes a one-year base period with two optional one-year extensions, emphasizing the importance of maintaining operational efficiency in environmental testing systems. Interested contractors must submit their technical and price quotations by May 8, 2025, with inquiries directed to Lauren P. Roller at lauren.roller@nist.gov.
Repair of Sodium Hypochlorite Storage Tanks
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
WSMR Sewer Installation Bldg. 90140
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for a firm fixed price construction contract to install a sewer line to Building 90140 at White Sands Missile Range, New Mexico. The project involves extending sewer service by installing a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work to be completed within 60 calendar days following the issuance of a Notice to Proceed. This acquisition is set aside for small businesses under NAICS code 237110, with an estimated procurement value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact MAJ Cuong Tran at cuong.m.tran5.mil@army.mil or 915-247-4468 for further details, with the solicitation expected to be issued around May 5, 2025.
Notice of Intent to Sole Source Optical Frequency Comb System Servicem Service
Buyer not available
The National Institute of Standards and Technology (NIST) intends to negotiate a sole-source contract with Menlo Systems, Inc. for Optical Frequency Comb System Services, as outlined in a Special Notice. This procurement aims to establish a one-year service agreement, with options for two additional years, to ensure continued operational integrity of the optical frequency comb system following the expiration of its warranty. The services will include prioritized remote and onsite support, with specific requirements for rapid response times and adherence to safety protocols, primarily conducted at NIST's Boulder, Colorado location. Interested parties capable of fulfilling these requirements must submit their capabilities in writing to the primary contact, Lisa Stevens, at lisa.stevens@nist.gov by the response deadline, with an estimated award date of May 31, 2025.
Intent to Sole Source - NRC 2026 Regulatory Information Conference (RIC) Conference and Meeting Space
Buyer not available
The Nuclear Regulatory Commission (NRC) intends to award a sole-source contract for conference space to the Bethesda North Marriott Hotel and Conference Center for its Regulatory Information Conference (RIC) scheduled from March 2026 to March 2030. This procurement aims to accommodate between 2,600 and 3,000 attendees, providing essential services such as meeting space, audio-visual support, and hotel accommodations, which are critical for discussions on nuclear initiatives involving industry professionals and government officials. The Bethesda Marriott is uniquely positioned to meet the NRC's logistical requirements due to its proximity to the NRC headquarters, and market research confirmed that no other nearby venues can fulfill these needs. The estimated contract value is $1,963,796, and interested parties can contact LaToya Ghameshlougy at LaToya.Ghameshlougy@nrc.gov or Louis Gilden at louis.gilden@nrc.gov for further information.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
Washington Aqueduct Electrical SATOC
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified 8(a) contractors for the Washington Aqueduct Electrical SATOC, a firm-fixed price, design-build, indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to provide electrical support services for the Washington Aqueduct, which includes repair, upgrade, and maintenance of electrical systems within a complex water treatment facility that serves Washington, DC, and parts of Northern Virginia. The contract has a capacity of $8 million and a five-year ordering period, with the solicitation expected to be issued around April 21, 2025. Interested vendors should register with the System for Award Management (SAM) and may attend an industry day on April 2, 2025, at 6000 MacArthur Blvd, Bethesda, MD, for further details. For inquiries, contact Angela Padua at angela.s.padua@usace.army.mil or Sharon Alexander at sharon.l.alexander@usace.army.mil.