Industrial Heating and Cooling Water Treatment
ID: FA448425R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 3, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 12, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Industrial Heating and Cooling Water Treatment Services at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to secure comprehensive water treatment services to protect the base's heating and cooling systems from corrosion and biological fouling, ensuring operational efficiency and compliance with safety standards. This contract, valued at approximately $41 million, will be awarded under a Total Small Business Set-Aside, with a performance period spanning a base year and up to four additional option years. Interested contractors should direct inquiries to Latisha Bourdeau at latisha.bourdeau.1@us.af.mil or Melody Ciulo at melody.ciulo@us.af.mil, with proposal submissions due by March 2025.

Files
Title
Posted
Mar 12, 2025, 8:06 PM UTC
The document outlines pricing information for various chemical treatments and products used at facilities in Burlington County (McGuire) and Ocean County (Lakehurst/NAVAIR). Each section lists treatments like multi-functional chiller and boiler treatments, scale and corrosion products, antimicrobials, oxygen scavengers, and condensate treatments, alongside their corresponding prices per pound for a range of years. It also details sock filter product pricing, noted to be based on internet searches. Prices change across different years, indicating potential increases in treatment costs. This data is apparently collected for market research purposes, likely to inform federal and state procurement needs and establish cost benchmarks. The structured format categorizes products by location and type while providing clear cost projections for budgeting or planning related to government contracts or grants. Overall, the file serves as a pricing reference for government RFPs, ensuring compliance with procurement processes and facilitating informed decision-making for chemical supply needs in federal and local agencies.
Mar 3, 2025, 8:06 PM UTC
Mar 12, 2025, 8:06 PM UTC
Mar 12, 2025, 8:06 PM UTC
Mar 12, 2025, 8:06 PM UTC
Mar 12, 2025, 8:06 PM UTC
This Performance Work Statement outlines the provision of industrial heating and cooling water chemical treatment services for Joint Base McGuire/Dix/Lakehurst. The contractor must deliver comprehensive maintenance for HVAC systems, focusing on corrosion, scale, and biological fouling control through a chemical treatment program. Key responsibilities include initial inspections, chemical sampling, testing, maintenance, and the provision of necessary equipment and materials. The scope emphasizes adhering to established guidelines (UFC, OSHA, EPA) while ensuring compliance with local regulations. The contractor is responsible for the treatment of both open and closed-loop systems, and there are specific reporting requirements for testing results, chemical usage, and maintenance actions. Deliverables must be submitted electronically and include initial inspection reports, chemical lists, and ongoing maintenance schedules. The document specifies performance evaluation methods, contractor responsibilities, environmental compliance, safety protocols, and requirements for handling hazardous materials. Overall, this detailed work statement defines the operational framework and expectations for successful service delivery to meet the mission needs of the base.
Mar 12, 2025, 8:06 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines management procedures for the Industrail Heating and Cooling Water Chemical Treatment contract, aimed at safeguarding HVAC systems from corrosion and fouling. It serves as a critical tool for Contracting Officer Representatives (CORs) to monitor contractor performance and compliance with contract standards. The QASP establishes evaluation methods, including customer surveys and inspections, to ensure outcomes align with performance objectives defined in the Performance Work Statement (PWS). Roles and responsibilities within the acquisition team are clearly delineated, ensuring effective oversight of the contractor's activities. Key personnel include the Installation Contracting Division Chief, Program Manager, Contracting Officer, and COR, each with specific duties related to quality assurance and contractor performance feedback. The QASP emphasizes the contractor's accountability for quality control while providing a structure for continuous oversight by government representatives. Incentives for superior performance and defined procedures for addressing non-compliance, including Corrective Action Reports (CARs), are included. The document reinforces adherence to regulatory standards, including those against human trafficking, aligning the overall mission with best practices in contract management.
Mar 12, 2025, 8:06 PM UTC
The document appears to contain corrupted text, with frequent representations of unreadable character sequences, making it impossible to extract coherent information regarding a specific RFP, grant, or project of interest. The structure and main topics are obscured in this corrupted file. For a proper analysis, the original content needs to be intact to identify themes, objectives, and supporting details relevant to federal or state grants and RFPs. The importance of such documents typically lies in providing guidelines, eligibility criteria, funding allocations, or project scopes that support government initiatives. For an effective summary, a clear, legible version of the text is required to establish the core purpose and essential details pertaining to potential governmental funding opportunities or project proposals.
Mar 12, 2025, 8:06 PM UTC
The document appears to represent a corrupted or nonsensical file related to federal government RFPs (Requests for Proposals) and grants. It contains a mix of non-readable characters and misformatted content that obscures any immediate comprehension of its purpose. Despite its chaotic structure, portions suggest discussions about project specifications, contractor requirements, or funding details vital for potential applicants responding to government solicitations. Nevertheless, significant effort would be necessary to extract coherent details from this file, as it lacks clear organization and readable text that conveys actionable information about the designated grants or RFPs. Overall, the file seems primarily intended to provide critical guidance for organizations seeking federal or state contracts but fails due to its corrupted state.
Mar 12, 2025, 8:06 PM UTC
The document outlines security procedures for contractor access to Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It details requirements for criminal history checks and the issuance of Installation Access Pass/Cards, emphasizing that contractors must undergo background checks before gaining entry. Access passes are categorized based on the duration of access, with more stringent requirements for longer durations. Contractors must provide an Entry Authority List (EAL) to the relevant administrative office, which will be validated for accuracy before pass issuance. Additionally, the document specifies conditions for vehicle access, including the necessity for valid identification and registration. It further stipulates procedures for non-U.S. citizens, contract termination protocols, and the responsibilities of contractors regarding their personnel's compliance with security measures. The framework seeks to ensure safety and integrity while allowing operational flexibility for contractors working on base projects. Overall, the appendix emphasizes the balance between security protocols and the efficient operation of contract activities, reflecting the complexities of managing access in sensitive government environments.
Mar 12, 2025, 8:06 PM UTC
The Joint Base McGuire-Dix-Lakehurst (JB MDL) Antiterrorism Office has prepared this pamphlet to guide contractors in their role as vital security assets during the Global War on Terrorism. Contractors are encouraged to remain vigilant, identifying suspicious activities including surveillance, the presence of unusual individuals or vehicles, and attempts to elicit sensitive information. Defined terrorism as the use of violence to instill fear, the document emphasizes that anyone can find themselves a target under varying circumstances. In case of emergency, contractors should report suspicious activities to the 87 Security Forces Squadron and are instructed to provide their identity, location, and contact information when reporting. The pamphlet outlines the Force Protection Conditions (FPCON) ranging from Normal to Delta, detailing the necessary security measures that correspond to the perceived threat level. This document serves to inform contractors of their responsibilities in maintaining security vigilance on JB MDL and emphasizes the collaboration needed to protect both the base and surrounding communities amid evolving threats.
Mar 12, 2025, 8:06 PM UTC
The Antiterrorism Guide for Contractors, issued by the Department of the Air Force, outlines critical security measures for contractors operating at Joint Base McGuire-Dix-Lakehurst (JB MDL) to protect personnel and resources from terrorist threats. It emphasizes contractors' responsibility to ensure their workforce is informed about the JB MDL Antiterrorism Program and encourages participation in Department of Defense-approved training. The guide details the importance of reporting suspicious activities through various hotlines and highlights specific behaviors to watch for, such as surveillance or unusual security tests. It provides a structured approach for identifying and reporting potential terroristic actions, with an emphasis on gathering detailed information about any suspicious incidents. Contractors are urged to maintain a heightened security awareness, utilize available reporting tools, and cooperate with security forces to maintain a safe working environment. The document serves as a key resource ensuring compliance with federal antiterrorism policies, ultimately aimed at enhancing the safety of the military installation and its personnel during contract execution.
Mar 12, 2025, 8:06 PM UTC
The document outlines a Past Performance Questionnaire intended for evaluating a contractor's past and present performance for an industrial heating and water cooling treatment project at Joint Base McGuire-Dix-Lakehurst, New Jersey. The questionnaire is to be filled out by a designated contact familiar with the contractor's work and includes sections detailing the contractor's identification, customer/agency identification, and respondent information. Key components include assessments of the contractor's performance across various criteria, such as capability to hire qualified personnel, adherence to quality control measures, timely resolution of discrepancies, and overall project management effectiveness. Performance is rated on a scale from "Exceptional" to "Unsatisfactory." Additionally, the document requests information on the contractor's past contractual relationships, the scope of the contract, as well as a final performance evaluation and the willingness to award future contracts. This structured evaluation mechanism is crucial for maintaining high standards in government contracting and ensuring accountability and performance quality in federal projects.
Mar 12, 2025, 8:06 PM UTC
The document outlines a Request for Proposals (RFP) for HVAC industrial water treatment services at Joint Base McGuire/Dix/Lakehurst, New Jersey, covering a performance period from November 1, 2025, to October 31, 2030. The RFP includes specified supplies and services such as chemical testing, analysis, and studies necessary for maintaining water quality, with quantities and pricing structured over multiple option years. Total budgeted amounts for various operations highlight financial allocations for chemical studies in Burlington and Ocean counties, alongside the provision for sock filters. Each option year extends the contract, introducing steady operational costs, which are to be adhered to strictly without alteration by the contractor. The overall purpose of this document is to solicit bids for a comprehensive industrial water treatment program, ensuring adherence to specified performance work statements (PWS) and fostering accountability in chemical handling and environmental compliance across multiple jurisdictions. The extensive requirements reflect a need for meticulous monitoring and reporting functionalities to maintain operational standards consistent with government expectations.
Mar 12, 2025, 8:06 PM UTC
The document provides pricing data for various chemical treatments and sock filters utilized in Burlington and Ocean Counties, specifically at McGuire and Lakehurst/NAVAIR locations. It includes multi-functional chiller treatments, boiler treatments, scale and corrosion inhibitors, antimicrobial agents (both oxidizing and non-oxidizing), oxygen scavengers, and condensate treatments, along with their associated costs per pound over a five-year projection. Each chemical treatment has an estimated cost range, and all prices appear to be based on market research and average internet searches, with the potential for adjustments in subsequent years. The document emphasizes the necessity of these treatments for operational effectiveness while also referencing the potential for further pricing details if additional rows are required, indicating flexibility in the contract's execution. This summary reflects the underlying context of federal RFPs and grants, signaling an emphasis on compliance with regulatory standards and ensuring budget-conscious procurement for government facilities.
Mar 12, 2025, 8:06 PM UTC
The document outlines a solicitation for Industrialized Heating and Cooling Water Treatment Services at Joint Base McGuire-Dix-Lakehurst (JBMDL), New Jersey, under the Women-Owned Small Business (WOSB) initiative. The government seeks qualified contractors to provide comprehensive water treatment services to protect heating and cooling systems from corrosion and biological fouling. The contract entails a Firm Fixed Price (FFP) structure and covers a base year, with up to four additional option years and a possible extension. Key services required include chemical testing, analysis, and the provision of necessary chemicals and sock filters as per the Performance Work Statement (PWS). The anticipated award value is $41 million, with a focus on maintaining system efficiency and preventing degradation. The contracting authority emphasizes the importance of adherence to safety and quality standards, and a Contracting Officer's Representative (COR) will supervise contractor performance. Detailed proposal instructions and evaluation criteria are specified in the solicitation, with a final submission deadline set for March 2025. This RFP demonstrates the government's commitment to engaging women-owned businesses in federal contracting opportunities while ensuring efficient operation of essential infrastructure at military bases.
Mar 12, 2025, 8:06 PM UTC
The document outlines an amendment to a federal solicitation regarding water treatment services for the 87th Civil Engineering Squadron at Joint Base McGuire-Dix-Lakehurst, NJ. It extends deadlines for offer submissions and specifies the requirements for recognizing this amendment. The contractor will provide comprehensive industrial water treatment to prevent issues like corrosion and biological fouling in base heating and cooling systems. A site visit is not scheduled, but previous site examples are attached for reference. Additionally, the document details modifications to contract clauses, outlines specific FAR clauses, defines compliance requirements, and provides information on representations and certifications needed for small businesses. The overall aim is to ensure fair competition by removing unnecessary barriers for small and disadvantaged companies while ensuring adherence to contract standards and regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
FY25 Underground Utilities IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Underground Utilities Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses the repair and construction of essential underground utilities, including water, sanitary sewer, and stormwater systems, as well as related infrastructure improvements such as lift stations and treatment plants. The initiative is crucial for maintaining operational capabilities and safety at the military installation, with a total estimated contract value of up to $49.5 million over a four-year period, including one base year and three option years. Interested small businesses must submit their proposals electronically, adhering to strict guidelines, with a pre-proposal conference and site visit scheduled prior to the submission deadline. For further inquiries, potential bidders can contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA448425R0006 contract, which focuses on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst (JB-MDL), New Jersey. This Indefinite Delivery Indefinite Quantity (IDIQ) contract is set aside for Total Small Businesses and encompasses a range of services including the repair and replacement of electrical systems, with a project magnitude valued between $500,000 and $1 million. The contract will include a one-year base period with four optional years and a possible six-month extension, emphasizing the importance of compliance with safety and environmental regulations throughout the project. Interested contractors should contact Sean A. Burney at sean.burney.1@us.af.mil or 609-754-4861 for further details, and must submit their proposals by the specified deadlines following the guidelines outlined in the solicitation documents.
Chemical Water Treatment for Boilers and Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide chemical water treatment services for boilers and chillers at three VA Medical Centers located in Coatesville, Lebanon, and Wilkes-Barre, Pennsylvania. The contract, categorized as an Indefinite Delivery/Indefinite Quantity (IDIQ), aims to ensure optimal performance through preventative maintenance and chemical treatment, with a performance period from April 15, 2025, to April 14, 2030. This service is critical for maintaining the operational efficiency and compliance with health standards of the facilities. Interested vendors must submit their proposals by April 15, 2025, and direct any inquiries to Jennifer Beiswenger at Jennifer.Beisweger@va.gov or by phone at 814-932-6914.
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.
Dorm HVAC Coil Cleaning
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide HVAC coil cleaning services for 138 fan coil units at Whiteman Air Force Base in Missouri. The contractor will be responsible for all labor, supervision, equipment, and materials necessary to perform the cleaning in accordance with the attached Statement of Work, which emphasizes maintaining air quality and system efficiency in military dormitories. This procurement is a total small business set-aside under NAICS code 238220, with proposals due by April 14, 2025, and will be evaluated based on a Lowest-Price Technically Acceptable basis. Interested vendors can contact Lt. Joshua Sturgill at joshua.sturgill.2@us.af.mil or Chance Slaton at chance.slaton@us.af.mil for further details.
MAHG 25-1003 Repair Chiller 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2 at Keesler Air Force Base in Biloxi, Mississippi. The project requires contractors to provide all necessary equipment, labor, and materials, with a budget estimated between $250,000 and $500,000, and is set aside for Historically Underutilized Businesses (HUBZone) to promote small business participation. This procurement is critical for maintaining operational efficiency and compliance with safety standards in cooling systems, ensuring the facility's infrastructure remains functional and reliable. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for April 10, 2025, and should direct inquiries to David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.
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.
HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
Buyer not available
The Department of Defense is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base in Ohio. The primary objective of this contract is to enhance indoor air quality and HVAC efficiency by cleaning the Air Handling Unit (AHU) and associated ductwork, adhering to established codes and standards. This project is crucial for maintaining operational efficiency and compliance within federal facilities, with a total budget of $9 million and a performance period of 90 days post-award. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Contracting Officer Claire Hess at claire.hess@us.af.mil or Contract Specialist Matthew Shofner at matthew.shofner.1@us.af.mil.