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
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Industrial Heating and Cooling Water Treatment Services at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to ensure the longevity and efficiency of heating and cooling systems by preventing corrosion and biological fouling through comprehensive water treatment programs, as outlined in the Performance Work Statement (PWS). This contract is particularly significant for maintaining essential infrastructure at military installations and is set aside exclusively for small businesses under NAICS code 221310, with an anticipated contract value of approximately $41 million over a base year and four option years. Interested parties must submit their proposals by May 16, 2025, and can direct inquiries to Latisha Bourdeau at latisha.bourdeau.1@us.af.mil or Melody Ciulo at melody.ciulo@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for a comprehensive industrial water treatment program for HVAC systems at Joint Base McGuire/Dix/Lakehurst, NJ. The contractor is responsible for managing and providing all necessary resources for the treatment of water in heating and cooling systems to prevent corrosion, scale, and biological fouling. This includes regular sampling, testing, and compliance with relevant safety and environmental regulations. The work entails a detailed inspection of existing systems within 30 days of contract award, followed by ongoing monitoring, testing for chemical levels, and proper chemical storage and handling procedures. Contractors must submit monthly reports summarizing system conditions and treatment effectiveness, along with chemical usage logs. The document emphasizes the need for coordination with the government regarding operational timelines, safety protocols, and emergency responses while adhering to federal, state, and local regulations. Overall, it serves as a guide to ensure systematic maintenance and reliable performance of the HVAC water systems within the base, reflecting the government’s commitment to operational integrity and safety in military infrastructure management.
    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.
    The document outlines the Performance Work Statement (PWS) for industrial heating and cooling water chemical treatment services at Joint Base McGuire-Dix-Lakehurst. The contractor is tasked with providing comprehensive water treatment programs for HVAC systems, involving chemical treatment to prevent corrosion, scale, and biological fouling. Overall responsibilities include inspections, testing, and maintenance of various heating and cooling systems outlined in provided appendices. Key duties include performing initial inspections within 30 days post-award, regular chemical testing, and maintenance of logs and documentation for compliance with industry standards. Chemical handling, storage, and disposal must adhere to federal, state, and local regulations, ensuring environmental safety. The PWS emphasizes the need for coordination with base personnel, a quality control program, and regular performance evaluations to ensure satisfactory service delivery. Contract adherence to safety, environmental regulations, and operational protocols during crisis situations is also highlighted. Overall, this document emphasizes the requirement for systematic management of water chemistry in HVAC systems, ultimately ensuring reliable operations and compliance with established safety standards.
    The Performance Work Statement (PWS) outlines the responsibilities of a contractor for the preventative maintenance, inspection, testing, repair, load testing, and certification of hoists and cranes at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor is required to ensure safe operations while adhering to local, state, and federal regulations as well as industry standards. Key services include annual preventative maintenance and inspections; repairs categorized into minor and major, with specific costing limits; and certification processes. The contractor must respond to service calls within one business day and complete repairs promptly. Reporting is crucial, with documentation required for all actions related to maintenance and repairs. The PWS also delineates government support including utilities, security services, and training for contractor personnel. Additionally, environmental compliance responsibilities are highlighted, requiring the contractor to manage waste properly and report spills. The document emphasizes the importance of safety, with a requirement for adherence to applicable safety regulations and the maintenance of a professional image. Overall, this contract aims to maintain operational readiness and safety for hoisting and lifting equipment within the military facility.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document is an amendment to solicitation FA448425R0007, primarily concerning the procurement of industrial water treatment services for the 87th Civil Engineering Squadron at Joint Base MDL, NJ. The amendment outlines changes such as extending the response deadline from April 21, 2025, to May 16, 2025, adding new building site examples, and replacing an existing Performance Work Statement (PWS) with an updated version. It details requirements for contractors to provide comprehensive treatment to prevent issues like corrosion in water systems and specifies that the solicitation is set aside exclusively for small businesses under NAICS code 221310. Prospective contractors must submit a technical proposal, past performance references, and pricing details via email to the designated contracting officers, with emphasis on compliance with all solicitation conditions. The document stresses that no award will be made until funds are available, and it includes provisions for questions and amendments. The overall structure includes sections on amendment instructions, descriptions of changes, and requirements for bidder submissions, ensuring clarity and compliance with federal regulations.
    The document outlines the responses to frequently asked questions related to a government contract focused on the inspection and maintenance of various steam and water systems. It clarifies that the locations of these systems are provided in appendices, and specifies that the Quality Assurance Surveillance Plan (QASP) is due 30 days post-award. The contractor is responsible for determining testing methods for algae and other chemical treatments in a performance-based contract setting. Key details include the frequency of inspections, chemical procurement processes, and ownership of equipment. The document confirms that no site visits will be permitted; instead, sample photos of the systems are provided. Additionally, the contractor must adhere to specific water testing protocols and chemical compatibility requirements. Overall, the purpose of the file is to clarify operational expectations and requirements for potential bidders in line with federal contracting standards.
    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.
    The document is a solicitation amendment for a Request for Proposal (RFP) issued by the 87th Civil Engineering Squadron at Joint Base MDL, NJ, aimed at procuring industrial water treatment services. The contract seeks comprehensive treatment services to protect heating and cooling systems from issues like corrosion and fouling, necessary for the maintenance of base facilities. The amendment specifies changes in response due dates and outlines requirements for offerors, including submission of technical proposals, past performance references, and pricing information. Offerors must adhere to Federal Acquisition Regulation clauses and provide a plan to maintain essential services during crises. The RFP emphasizes the importance of compliance with applicable laws and regulations, detailing the need for a small business set-aside under NAICS code 221310. Overall, the document reflects the government’s ongoing efforts to secure critical service contracts while ensuring transparency and compliance in the procurement process.
    The document is a solicitation for the procurement of Industrial Heating and Cooling Water Treatment Services at Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ. It outlines the need for a contractor to provide water treatment services using industrial chemicals to prevent corrosion and scale in heating and cooling systems, ensuring the longevity and efficiency of the infrastructure. The contract is structured as a Firm Fixed Price (FFP) requirement, anticipated to have a base period of one year from November 1, 2025, with four additional option years and a potential six-month extension. Key elements of the solicitation include a detailed schedule of supplies and services required, including various chemical testing and wastewater studies across locations in Burlington and Ocean Counties. The document emphasizes the importance of monitoring by a designated Contracting Officer Representative (COR) and specifies the necessity for bidders to submit proposals by a stated deadline. The summary also incorporates key contact information for inquiries regarding the solicitation, ensuring clarity and guidance for interested offerors. This solicitation reflects the government's commitment to maintaining essential infrastructure at military installations while enhancing competition and encouraging participation from small businesses, particularly women-owned businesses.
    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.
    The document outlines an amendment to solicitation FA448425R0007 for industrial water treatment services at Joint Base McGuire-Dix-Lakehurst (JBMDL), New Jersey. The amendment extends the question submission and solicitation deadlines, updates the Performance Work Statement (PWS), and modifies various attachment references. This solicitation is a 100% small business set-aside, requiring proposals that comply with federal guidelines for water treatment to prevent corrosion and extend the lifespan of base heating and cooling systems. Offerors must submit technical and price proposals, with an emphasis on past performance evaluations for similar contracts. The amendment stresses the necessity for acknowledgment of changes, reiterates fund availability for awards, and specifies communication protocols with the contracting officer. A structured proposal format is required, which includes detailed technical understanding and pricing breakdowns, with all submissions due by May 16, 2025. The document showcases the formal procedures and requirements of government procurement processes, highlighting transparency and evaluation criteria for competitive bids.
    This document is an amendment to a solicitation for a contract by the U.S. Air Force, specifically for procurement activities related to commercial products and services. The amendment extends the offer submission deadline to May 21, 2025, adds responses to vendor questions, and updates the Performance Work Statement (PWS). It also incorporates a new clause, FAR 52.212-5, which outlines contractor obligations regarding compliance with various federal statutes and executive orders. Key modifications include the addition of multiple clauses aimed at ensuring ethical compliance, small business utilization, and labor standards, as well as notice provisions for veteran employment opportunities. The contractor is required to acknowledge receipt of this amendment through specified methods or risk rejection of their offer. The document outlines that all other terms and conditions of the original solicitation remain unchanged while explicitly detailing the responsibilities of contractors regarding compliance and reporting. Overall, the amendment serves to ensure that the solicitation is aligned with current regulations and procurement standards, emphasizing transparency and accountability in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Plumbing and Heating
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for plumbing and heating services in support of various naval operations. The procurement aims to facilitate the expeditious acquisition of commercial items related to plumbing, heating, and air-conditioning, with a focus on maintaining operational readiness for Aircraft Launch and Recovery Equipment and other support systems. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, with the subject line referencing the solicitation number N6833525Q0321. The BPAs will have a master dollar limit of $4,999,999 over five years, with individual calls not exceeding $250,000, and payments will be processed through Government Credit Cards or Wide Area Workflow (WAWF).
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    Air-Conditioning
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for air-conditioning services and related supplies. This procurement aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, with the potential for multiple BPAs to be awarded over a five-year period, each with a master dollar limit of $4,999,999. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Hangar 3211 Fire Suppression Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Hangar 3211 Fire Suppression Repair project at Joint Base McGuire-Dix-Lakehurst in New Jersey. This project involves the demolition and removal of an existing High Expansion Foam fire suppression system and fire alarm system, followed by the installation of a new mass notification fire alarm and HEF system, along with related incidental work. The project is critical for ensuring the safety and operational readiness of the hangar, and it will be conducted in an occupied building, requiring careful coordination to minimize disruption. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Kristen Rodgers at kristen.rodgers.1@us.af.mil or 609-754-4690 for further details.
    45--HEATER,WATER,ELECTR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 42 units of electric water heaters (NSN 4520012588330). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the Commercial and Service Industry Machinery Manufacturing sector. The heaters are critical for plumbing and heating applications within military operations, emphasizing the importance of reliable equipment in supporting troop readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    45--HEATER,WATER,ELECTR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 22 units of the electric water heater (NSN 4520015407938). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 332323, which pertains to Ornamental and Architectural Metal Work Manufacturing. The heaters are essential for various military applications, ensuring reliable hot water supply in operational settings. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quotes is 90 days after the award date, and further details can be accessed through the DLA's solicitation portal.
    45--HEATER,WATER,ELECTR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 70 units of electric water heaters, identified by NSN 4520014569454. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the Commercial and Service Industry Machinery Manufacturing sector. The heaters are critical for various military applications, ensuring operational readiness and support for troops. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quotes is set for 28 days after the award date.