Groundwater Extraction and Treatment Unit
ID: 5-B176-Q-00412-00Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFARGONNE NATL LAB - DOE CONTRACTORLemont, IL, 60439, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

WATER PURIFICATION EQUIPMENT (4610)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of Energy, through Argonne National Laboratory, is seeking quotations for the delivery of a Groundwater Treatment Plant (GTP) system, including related components and a building, to be installed in Agra, Kansas. The procurement aims to address groundwater contamination issues, specifically targeting volatile organic compounds, and requires compliance with detailed technical specifications outlined in the Statement of Work. This initiative is crucial for ensuring public health and environmental safety by remediating contaminated water resources. Interested bidders must submit their proposals electronically by 12:00 PM CDT on April 18, 2025, and can direct inquiries to Molly Murtaugh at mmurtaugh@anl.gov or by phone at 630-252-3094.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 7:04 PM UTC
The statement of work (SOW) outlines the tasks and responsibilities for the manufacture and provision of groundwater treatment system (GTP) components for a site in Agra, Kansas, under the oversight of Argonne National Laboratory on behalf of the U.S. Department of Agriculture (USDA). This project addresses groundwater contamination, specifically targeting volatile organic compounds like carbon tetrachloride, as per the Corrective Action Plan established in 2024. The scope includes the design, manufacture, and delivery of various components necessary for an operational GTP, housed within a treatment building. The Original Equipment Manufacturer (OEM) is tasked with drafting shop drawings, manufacturing the system, and conducting proof testing prior to delivery. Additional responsibilities include providing startup assistance and preparing an operation and maintenance manual. Essential tasks involve compliance with industry standards and coordination with various contractors for installation and electrical works. The project seeks a lump sum pricing model for the comprehensive completion of the GTP, ensuring all construction adheres to specified safety regulations and engineering guidelines. This initiative reflects the government’s commitment to remediating contaminated water resources and ensuring public health and environmental safety.
Apr 1, 2025, 7:04 PM UTC
The document is a Request for Quotation (RFQ) issued by Argonne National Laboratory, managed by UChicago Argonne, LLC, seeking proposals for an OEM-treatment unit. Quoters must respond by April 18, 2025, providing firm pricing and detailing technical specifications to ensure compliance with the lowest price, technically acceptable evaluation criteria. Required supporting documents include a price list or customer invoice, with a defined delivery timeline and shipment terms. The RFQ stipulates the importance of including certifications and representations in line with federal guidelines, including adherence to the Buy American provisions, which dictate the origin of components. Applicable terms and conditions are included in the documentation, and offerors must sign and return required forms. The RFQ emphasizes the importance of clarity in quotations and the necessity of meeting specified technical requirements outlined in an attached Statement of Work, indicating a structured procurement process aimed at transparency and compliance with federal contracting standards.
Apr 1, 2025, 7:04 PM UTC
The document is the "Representation and Certifications (Long Version)" from Argonne National Laboratory, dated January 13, 2025. It serves as a pre-award information form that must be completed by organizations bidding on contracts with the laboratory. It requires detailed information about the entity, such as legal name, primary contact details, business organization type, and certifications related to small business status and compliance with federal regulations. Key components include certifications regarding the use of covered telecommunications equipment, personal conflict of interest disclosures, compliance with labor standards for federal contracts, affirmations of equal opportunity, and assurances against human trafficking practices. Additionally, it outlines requirements for disclosures related to executive compensation and limitations on debarments or suspensions from federal contracts. Overall, the document emphasizes compliance and responsibility for organizations seeking federal contracts, aligning with federal acquisition regulations. This certification process ensures that all bidders meet legal and ethical standards, minimizing risks to the government and ensuring fair competition in the procurement process.
Apr 1, 2025, 7:04 PM UTC
The document outlines the terms and conditions for purchasing commercial goods and services from the Argonne National Laboratory (ANL). It specifies the obligations and responsibilities of the contractor, the government, and the Laboratory regarding the execution of contracts, including compliance with Federal Acquisition Regulations (FAR) and Department of Energy Acquisition Regulations (DEAR). Key subjects include acceptance of goods, assignment of contracts, notice in cases of bankruptcy, conduct of employees, environmental protection, and the detailed process for changes or terminations under the contract. It emphasizes strict adherence to safety and health regulations, environmental compliance, and the prohibition of counterfeit parts. The document further stipulates payment conditions, real ID requirements for site access, risk of loss, liability limitations, and warranty definitions related to services and supplies. The overarching purpose serves to ensure clear contractual expectations, promote compliance with relevant laws, and delineate responsibilities to foster a regulated procurement process in governmental contracts.
Apr 1, 2025, 7:04 PM UTC
The document outlines the intellectual property provisions related to data rights in contracts for commercial supplies and services as per federal regulations (FAR 52.227 series). It establishes the rights of the Government to the data produced during contract performance, stipulating that the Government retains unlimited rights in various types of data, including technical data and instruction manuals, while allowing contractors limited rights in certain data categories. The contractor also retains the right to assert copyright under specific conditions, particularly for scientific and technical articles published in journals. Key provisions include the definition of terms such as limited rights data, restricted computer software, and technical data, and the stipulation that the Contractor must inform the contracting officer of any withheld data due to limited rights. The contract emphasizes the Government's ability to inspect withheld data to affirm the contractor's claims regarding rights status. It further includes additional data requirements for any data first produced or specifically used during contract execution. Overall, this document serves to clarify data rights in the context of government contracts, supporting compliance with federal policies governing intellectual property.
Apr 1, 2025, 7:04 PM UTC
The document outlines the bidding instructions for suppliers responding to a Request for Quotation (RFQ) from Argonne National Laboratory, managed by UChicago Argonne, LLC for the U.S. Department of Energy. It details essential bidding requirements, including the necessity for compliance with technical specifications, registration in the System for Award Management (SAM), and submission of required forms. Suppliers must provide firm fixed prices, early delivery dates, and indicate any government pricing discounts. The evaluation criteria for selection will consider price, delivery, and supplier qualifications. The contract will be awarded based on the most advantageous offer, not necessarily the lowest. Proposals are due by April 18, 2025, and must be submitted electronically. The document serves as a formal guideline for prospective bidders, ensuring they understand the requirements and conditions necessary for successfully participating in the bidding process. This RFQ represents standard government procurement practices, aimed at transparency and competitive pricing in securing services and goods for federal projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Groundwater Sampling and Geochemical Testing
Buyer not available
The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is seeking proposals for groundwater sampling and geochemical testing services at the Rock Valley Direct Comparison Testbed site in Nevada. The project requires experienced technicians to conduct groundwater sampling at depths of up to approximately 7,000 feet and perform geochemical analyses on the collected samples. This initiative is critical for environmental and geological assessments related to groundwater management, reflecting the federal government's commitment to maintaining safety and compliance in sensitive areas. Interested contractors must submit their proposals by April 17, 2025, and direct inquiries to Calvin Callahan at callahcd@nv.doe.gov or by phone at 509-793-6963.
66--WATER SAMPLING SYSTEM IAW SALIENTS
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for a water sampling system, specifically a CH4/CO2/H2O Trace Gas Analyzer, to be delivered to its Nebraska Water Science Center in Lincoln, Nebraska. The procurement requires compliance with specific technical specifications, including a Variable Frequency Drive (VFD) for regulating discharge flow rates and a submersible pump made from chemically inert materials. This equipment is crucial for effective water sampling methodologies, ensuring accurate data collection for environmental monitoring. Interested vendors must submit their quotes by April 7, 2025, and can direct inquiries to Jean Walsh at jwalsh@usgs.gov before April 11, 2025.
Design and Install a Custom Reverse Osmosis System for National Bio and Agro-Defense Facility
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to design and install a custom reverse osmosis (R.O.) system and water softener for the Central Utility Plant (CUP) at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, Kansas. The contractor will be responsible for providing an engineered installation schematic and ensuring that the system meets high water quality standards necessary for research involving zoonotic and agricultural diseases. This procurement is critical for maintaining a secure environment for ongoing research activities, and the USDA aims to award a single firm fixed-price contract on a small business set-aside basis, contingent upon receiving sufficient responses from qualified small businesses. Interested parties should contact David Hildebrand at david.hildebrand@usda.gov for further details, and responses to the sources sought notice must include specific information about the firm’s capabilities and experience by the indicated deadline.
Water and Wastewater Systems Rehabilitation Services, Holton, KS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for water and wastewater systems rehabilitation services in Holton, Kansas. The procurement, designated as Request for Quotes (RFQ) 246-25-Q-0048, requires contractors to furnish and install essential water and wastewater systems at a specified location, adhering to the provided statement of work and drawings. This project is crucial for maintaining and upgrading local water infrastructure, ensuring compliance with federal regulations and environmental standards. Interested Indian-owned businesses must submit their quotes by April 22, 2025, with an estimated award amount of less than $25,000; inquiries should be directed to Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740.
Y--WRST 248940 - Deficient Water Treatment System
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a deficient water treatment system at the Glennallen Facility within Wrangell St. Elias National Park and Preserve in Alaska. The project involves comprehensive construction activities, including the demolition of the existing facility, construction of a new water treatment building, installation of a new well, and upgrades to water processing systems, all while ensuring minimal disruption to park operations and compliance with federal and state regulations. This initiative underscores the government's commitment to enhancing public infrastructure and environmental stewardship. Interested contractors must submit their proposals by April 23, 2025, at 12:00 pm AKT, and can direct inquiries to Amber Hughes at amberhughes@nps.gov.
Fuel Line and Sump System Testing Services - Manhattan, KS
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors to provide fuel line and sump system testing services at the National Bio & Agro-Defense Facility (NBAF) in Manhattan, Kansas. The procurement involves a firm-fixed-price contract for underground fuel line pressure testing and related services, which must comply with Kansas Department of Health and Environment (KDHE) regulations, including testing of multiple sumps and spill basins. This contract is crucial for ensuring safety and regulatory compliance in operations related to national bio and zoonotic disease research. Interested small businesses must submit their offers electronically to Mr. David Hildebrand at david.hildebrand@usda.gov by 12:00 PM (CST) on April 18, 2025, with the contract set-aside for small businesses under NAICS code 213112.
Treatment/Chemical Injection System for Cooling Tower - Water Treatment and Maintenance
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Treatment/Chemical Injection System for Cooling Tower Water Treatment and Maintenance at Picatinny Arsenal, New Jersey. The procurement involves providing monthly water analysis, employee training, and maintenance services for the cooling tower system, with a contract duration of twelve months and the potential for four one-year extensions. This initiative is crucial for ensuring the operational efficiency and safety of critical infrastructure, emphasizing compliance with federal regulations and security protocols. Interested small businesses must submit their quotes by April 25, 2025, at 10:00 AM EST, and can direct inquiries to Ardelle Knight at ardelle.v.knight.civ@us.navy.mil.
KIRTLAND AIR FORCE BASE DRINKING WATER TEST WELL, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the establishment of a drinking water test well at Kirtland Air Force Base in Bernalillo County, New Mexico. The project involves drilling a 1,250-foot borehole, conducting groundwater quality analysis, and developing aquifer testing procedures to ensure compliance with environmental and safety standards. This initiative is critical for assessing potential drinking water sources while adhering to sustainable practices as outlined by the U.S. Environmental Protection Agency and the U.S. Department of Agriculture. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals, with the performance period set for 270 calendar days post-award. For further inquiries, contact Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356.
Mixed-Bed Deionization Systems Maintenance - 5 Year (SOLICITATION AMENDMENT 0001)
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for a federal contract focused on the maintenance of Mixed-Bed Deionization Systems at the Tobyhanna Army Depot in Pennsylvania. The contract entails providing preventative maintenance every two months and on-call emergency repair services, with a total contract duration of five years, including one base year and four optional years. These services are critical for ensuring the operational efficiency and compliance of water purification systems, which play a vital role in supporting military operations. Interested contractors must submit their proposals by April 9, 2025, and can direct inquiries to Megan Jones at megan.jones5.civ@army.mil for further information.
B--ISOTOPE ANALYSIS FOR T, OTHER DISSOLVED GASES, AND Sr
Buyer not available
The U.S. Geological Survey (USGS) is seeking to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to the University of Utah for specialized analytical services related to tritium and dissolved gases, as well as strontium isotopes and trace elements in various samples. The contract aims to ensure high-quality measurements essential for characterizing groundwater systems, with specific requirements for turnaround times of 15 days for certain analyses and 60 days for strontium isotopes. This procurement is critical for maintaining data continuity across projects aimed at enhancing economic development in the arid western United States. Interested parties may submit capability statements via email to Joahnne Ongjoco at jongjoco@usgs.gov by April 14, 2025, at 0900 Hours Eastern, as no competitive solicitation will be issued.