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
    Description

    The Department of Energy, through Argonne National Laboratory, is soliciting proposals for the delivery of a Groundwater Treatment Plant (GTP) system and associated components to be installed in Agra, Kansas. The procurement aims to address groundwater contamination, specifically targeting volatile organic compounds, by providing a comprehensive GTP system that meets the 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
    This document is an addendum to Request for Quotation (RFQ) No. 5-B176-Q-00412-00 issued by Argonne National Laboratory, managed by UChicago Argonne, LLC. It addresses queries from potential offerors regarding project specifications and materials for an air stripper system. Key points include: 1. Marine grade aluminum is not acceptable for the unit's material of construction as specifications require UV-protected HDPE. 2. Argonne cannot specify the design flow rate or pressure for the sequestrant dosing pump; however, it requests a pump capable of a dosage rate of up to 10 mg/L and an appropriately sized tank for an anticipated combined flow rate of less than 10 gpm. 3. Related components for the well vault not identified in the Statement of Work (SOW) will be provided by the RA Contractor. 4. The depth for down well pumps is specified as approximately 63 feet deep, with pump intake installed at about 54 feet. The document emphasizes clarity on requirements, ensuring prospective contractors are well-informed for accurate proposal submissions, contributing to the overall objectives of effective project execution within federal guidelines.
    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.
    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.
    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.
    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.
    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.
    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
    Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the "Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment" project, aimed at enhancing biomass conversion and waste carbon utilization technologies. The project requires the design, fabrication, and commissioning of specialized process equipment, including a Hydroprocessor and a Distillation Column, with a production capacity of approximately one barrel per day, emphasizing operational flexibility and process safety. This initiative is critical for advancing renewable technologies for commercial deployment, with an estimated funding range of $750,000 to $3.5 million and a performance period extending through March 30, 2027. Interested parties must submit their proposals by 5:00 PM Mountain Time on December 17, 2025, and can direct inquiries to Todd Labosky at Todd.Labosky@nrel.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    SOLICITATION NUMBER 381784 “GROUTING AND DISPOSAL OF MIXED LOW-LEVEL WASTE”
    Energy, Department Of
    The Department of Energy is seeking qualified organizations to participate in a solicitation for the grouting and disposal of mixed low-level waste at the Hanford site in Richland, Washington. This opportunity, under the Integrated Tank Disposition Contract (ITDC), aims to award multiple Master Indefinite Delivery/Indefinite Quantity Subcontracts (IDIQM) to partners who can effectively meet the project’s needs and objectives. The services sought are critical for the safe and compliant management of hazardous waste, ensuring environmental protection and regulatory adherence. Interested parties should contact Bryan Tinnin at bryanwtinnin@rl.gov or call 509-372-2724 for further details and to submit proposals.
    Y--NGWSP INTAKE & RIVER PUMPING PLANT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Orbitrap Excedion Pro MS System
    Energy, Department Of
    The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the procurement of an Orbitrap Excedion Pro MS System for its Biosciences Division. This advanced analytical instrument is crucial for chemical analysis and will be utilized in various laboratory applications, enhancing the laboratory's capabilities. The Request for Proposal (RFP) No. 433924 outlines specific technical requirements, compliance standards, and proposal submission guidelines, with offers due by December 18, 2025. Interested vendors should direct inquiries to Morgan Hale at halemt@ornl.gov or call 615-519-9527, and are encouraged to review the attached Bill of Materials and Terms and Conditions for further details.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    Mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site, Attleboro, Massachusetts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Firm-Fixed Price service contract focused on mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site in Attleboro, Massachusetts. The project aims to address contamination issues stemming from a former electroplating facility, which operated from 1940 to 2007, by implementing remediation strategies including the use of zero-valent iron to reduce hexavalent chromium in groundwater before it discharges into nearby Bliss Brook. This procurement is set aside for small businesses under the NAICS Code 562910, and interested parties should contact Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details. The contract is expected to be awarded following a thorough evaluation process, with specific deadlines to be communicated in the solicitation documents.
    DEPARTMENT OF ENERGY OFFICE OF ENVIRONMENTAL MANAGEMENT SPECIAL NOTICE - PROCUREMENT SCHEDULE UPDATE
    Energy, Department Of
    The Department of Energy's Office of Environmental Management (DOE-EM) is issuing a series of special notices to provide updates on upcoming procurement schedules for major Request for Proposals (RFPs) related to environmental remediation services. The notices aim to ensure high-quality proposals and robust competition for upcoming acquisitions, with key projected RFP release dates including the Portsmouth Infrastructure Support Services in September 2025, the Los Alamos Legacy Cleanup Contract in December 2025, and the Hanford General Support Services Contract in March 2026. These procurements are critical for advancing the DOE's environmental management objectives and ensuring effective cleanup operations across various sites. Interested parties can direct inquiries to Aaron Deckard, Procurement Director at EMCBC, via email at EMProcurementNews@emcbc.doe.gov for further information.