B169 Reverse Osmosis System
ID: 76071Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

WATER PURIFICATION EQUIPMENT (4610)

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 soliciting proposals for the B169 Reverse Osmosis System, aimed at enhancing water purification capabilities at Robins Air Force Base in Georgia. The contractor will be responsible for providing a reverse osmosis skid capable of delivering a minimum of 9,400 gallons per day, along with a distribution pump skid and an ultraviolet light system to eliminate bacteria, all adhering to specified water quality standards. This procurement is crucial for supporting the phosphoric acid anodize plating process and ensuring compliance with environmental and safety regulations. Interested small businesses, particularly those classified as Women-Owned Small Businesses, must submit their proposals by the specified deadline, with all inquiries directed to Joshua Sharpe at joshua.sharpe.6@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines components related to the construction and improvement of a reverse osmosis (RO) water treatment system across multiple stations. It details the equipment needed to establish new infrastructure, including a new RO skid, existing RO skid, carbon filter, control panel, and rectifier, necessary for effective water purification. Additionally, it mentions the integration of a pump/UV skid to enhance the overall water treatment capability. The listed stations, ranging from Station 3 to Station 9, indicate a structured approach to the deployment of these elements throughout the treatment process. This project is likely part of a government RFP or grant initiative aiming to improve water quality and infrastructure efficiency at designated treatment facilities, reflecting a commitment to enhancing public health and environmental standards.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for a specific data item, focused on contracting processes within the Department of Defense. It identifies key details such as contract line items, categories of data (like Technical Data Package and Technical Manuals), and various requirements for data submission. The purpose of this form is to outline the data items needed by the Government, stipulating submission timelines, distribution requirements, and necessary notifications following mishaps or incidents related to DoD property. Particularly, it instructs contractors to promptly report any incidents resulting in damage or injuries associated with contract operations, detailing specifics like contract number, cause, and estimated costs. The summary of the documentation process emphasizes clarity in completion, distribution of data items, and mandated follow-up actions to ensure compliance with safety regulations and contract requirements. This form is pivotal in managing the provision of essential data required for the successful execution of DoD contracts while ensuring accountability and safety measures are effectively communicated and adhered to in contract operations.
    The document outlines the industrial safety and health requirements for contractors involved in the B169 Reverse Osmosis System project at Robins Air Force Base. It mandates contractors to develop a comprehensive Safety and Health Plan that aligns with various federal, state, and military safety regulations, including OSHA standards. Contractors are responsible for ensuring the safety of their employees as well as subcontractor employees, with detailed procedures required for mishap notification, inspections, and compliance with environmental safety standards. Key elements include mandatory compliance with the Air Force Voluntary Protection Program, regular workplace safety inspections by authorized personnel, and protocols for mishap reporting, including specific timelines and detailed information about each incident. The plan must also address personal protective equipment, electrical safety, hazardous energy control, and effective housekeeping measures, all while promoting a culture of safety through training and communication. This framework exemplifies the government's commitment to safety and employee health on defense projects, ensuring all contractors are well-informed of their responsibilities and the safety standards necessary for successful contract execution.
    The document outlines the Contract Data Requirements List (CDRL) utilizing DD Form 1423-1, aimed at standardizing information collection for defense contracts. It specifies the requirements for submitting engineering drawings associated with a Reverse Osmosis System and details the process for contractor submission and government approval. The contractor must provide draft engineering drawings via email within ten days of a site visit, followed by government review and final submission within a strict timeline of forty-five days. The form includes sections for contract information, item titles, requiring offices, distribution, and frequency of submission, emphasizing compliance and coordination between contractors and the government. Furthermore, it provides guidance for completing the form, detailing various categories of data requirements and their cost implications. The document demonstrates the government's effort to ensure thorough oversight and precise data management throughout the contracting process, critical for meeting federal standards.
    The document is a DD Form 1423-1, known as the Contract Data Requirements List, which specifies the data requirements for a particular contract associated with a Reverse Osmosis System. The contract mandates the contractor to submit a Safety and Health Plan within ten calendar days post-award, ensuring compliance with Occupational Safety and Health Act (OSHA) regulations. It outlines submission timelines, requiring a draft safety plan to be provided for review within a specified timeframe, followed by final copies based on government acceptance of the draft. The form includes instructions for government personnel and contractors, detailing how to fill out various sections regarding data item descriptions, preparation signatures, and cost estimation related to data item creation. The purpose of the document is to manage and document essential data submissions required in government contracts, ensuring both regulatory compliance and proper oversight of contractor deliverables. It serves as a standardized mechanism for tracking data deliverables critical to contract performance, particularly in federal contracting contexts.
    The procurement document outlines a Request for Proposal (RFP) for a Reverse Osmosis System to be installed at Robins Air Force Base, Georgia, aimed at supporting the phosphoric acid anodize plating process. The contractor is responsible for providing all necessary components, including a reverse osmosis skid, distribution pumps, and a UV system for bacteria elimination. The specified system must deliver a minimum of 9,400 gallons per day with strict water quality criteria. There are detailed requirements for equipment specifications, including types of filters, pumps, and control panels, along with a structured process for engineering drawing approvals and timely delivery. The contractor will conduct a site visit and provide installation and operational training for government personnel. Supporting clauses concerning safety, security, environmental regulations, and documentation requirements are outlined, ensuring compliance with government standards. The contractor must also implement an effective safety program, accident reporting procedures, and fulfill training obligations related to environmental management systems. This RFP exemplifies federal procurement processes emphasizing technical specifications, compliance, and collaboration with government representatives, reflecting the commitment to ensuring facility upgrades align with strict operational standards.
    The document details a solicitation for a commercial contract exclusively for Women-Owned Small Businesses (WOSB), specifically for the acquisition of a Reverse Osmosis System. The solicitation, numbered FA857125Q0008, is set to ensure all quotations are competitive and within set small business parameters defined under NAICS 333310. The required deliverables include the system itself, necessary documentation, and associated training, with the expectation that all costs—including shipping and installation—are accounted for up front. The contractor must complete outlined sections and adhere to both federal acquisition regulations and specified delivery timelines, with a defined delivery location at Robins AFB, GA. Key terms include the requirement for a firm fixed price arrangement, and the contractor must follow guidelines for unique item identification and electronic invoicing. This solicitation reflects the federal government’s commitment to supporting small businesses and aims to enhance compliance with various acquisition and safety standards.
    The DD Form 1423-1 is a Contract Data Requirements List utilized primarily by the Department of Defense, detailing the specific data items required from contractors. This form captures essential information including the system or item being acquired, the contractor’s information, and various attributes of the data item such as title, frequency of submission, and distribution requirements. In particular, it pertains to the B169 Reverse Osmosis System and focuses on a status report for Environmental Management System (EMS) training. Contractors are required to ensure their employees complete the training, with specific communications directed to government contacts for the training material request. Furthermore, the form outlines steps on how contractors should prepare and submit required data as well as how to indicate the estimated costs associated with these data items, categorized into four distinct pricing groups based on the nature of the data involved and its relevance to the contract. The form serves to structure the submissions and approvals of required technical documents, ensuring compliance with government standards for data delivery and management.
    The DD Form 1423-1 is utilized by the Department of Defense to outline specific contractual data requirements, particularly for contracts involving a "Reverse Osmosis System" per item B169. This form illustrates the mandatory submission of a status report and EnMS (Energy Management System) training documentation to a designated government office for tracking. The contractor is required to notify the Energy Assurance Office upon training completion, as failure to do so may lead to contract termination. Key contact personnel for oversight include Thomas Decker, the primary point of contact, along with a contracting officer and various other officials. The document also provides instructions for completing the form, detailing sections on item categorization, dates for submission, addressee information, and estimated pricing related to data item development. The overarching purpose of the form is to manage and collect data efficiently from contractors to ensure compliance and effective progress tracking in government contracts. This document is crucial for maintaining standards and requirements that govern governmental procurement and contract management processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Reverse Osmosis System Preventive and Remedial Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide preventive and remedial maintenance for Reverse Osmosis Water Systems at Tinker Air Force Base in Oklahoma. The procurement requires contractors to deliver labor, equipment, and materials necessary for maintaining operational efficiency and safety, including regular inspections, timely repairs, and compliance with safety regulations. This maintenance is crucial for ensuring the reliability of water treatment systems that support the mission of the Oklahoma City Air Logistics Complex. Interested contractors must submit their quotes by August 28, 2024, with a total evaluated price of approximately $509,928, and can direct inquiries to Annita Wooten at annita.wooten@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil.
    Orangevale Water Filtration System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the procurement of an ion exchange (IX) water filtration system to be implemented in Orangevale, California. The selected supplier will be responsible for the design, fabrication, factory assembly, delivery, installation, and training related to the IX systems, which are critical for ensuring effective water purification. This procurement emphasizes small business participation, particularly from service-disabled veteran-owned and women-owned entities, and adheres to federal regulations including the Buy American Act. Interested parties must submit their proposals by October 10, 2024, and direct any inquiries to Antonina Beal at antonina.beal@usace.army.mil by September 12, 2024.
    46--Portable Water Filtration System
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for a portable water filtration system as part of its acquisition planning process. The requirement includes a diesel-driven pump trailer capable of self-priming and discharging at least 2400 gallons per minute, along with a self-contained filtration system that filters to 50 microns and features a mechanical self-cleaning system. This equipment is crucial for ensuring efficient water purification in various operational contexts. Interested firms must submit their capability statements and relevant information by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, referencing the number DOIRFB0240038 in the subject line.
    C1DA-- 557-25-104 | A-E | (RODI) REVERSE OSMOSIS DEIONIZATION WATER SYSTEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to design a Reverse Osmosis Deionization (RODI) Water System for the Carl Vinson VA Medical Center in Dublin, Georgia. The project aims to create a comprehensive water purification system that includes water softening, carbon filtration, reverse osmosis deionization, and a continuous circulation loop to ensure critical water delivery while preventing dead legs. This procurement is particularly significant as it supports the Sterile Processing Department's operational needs, ensuring high-quality water for medical procedures. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications via SF 330 by 12:00 PM (EST) on November 25, 2024, with an anticipated contract award date on or before September 30, 2025. For further inquiries, contact Contracting Officer Christopher Jenkins at christopher.jenkins@va.gov or 478-595-2794.
    H365--Reverse Osmosis System Service, Inspection and Repairs at the Altoona VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide inspection, maintenance, and service for an AmeriWater ROS 800 GPD Reverse Osmosis System at the James E. Van Zandt Medical Center in Altoona, PA. This opportunity is a Sources Sought Notice aimed at gathering information for planning purposes, and it requires potential sources to demonstrate their capability to fulfill the outlined requirements in the draft Statement of Work. The procurement falls under the NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. Interested parties must submit their responses, including company information and capabilities, via email to Julie Garner by 14:00 PM (EST) on October 24th, 2023, to be considered for future solicitation announcements.
    46--CARTRIDGE,WATER DEM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 750 units of the NSN 4610010229970, specifically a water purification cartridge. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the defense supply chain. The cartridges are critical for water purification and sewage treatment applications, ensuring operational readiness and safety in various military contexts. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The deadline for quote submission is 79 days after the award date.
    Chromate Conversion Coating Tote BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors to establish a five-year Blanket Purchase Agreement (BPA) for the procurement of Chromate Conversion Coating Totes, with a maximum value of $4.8 million. This procurement is aimed at supporting the 76 Commodities Maintenance Group at Tinker Air Force Base, requiring compliance with established military specifications, including Technical Order 1-1-691 and MIL-DTL-81706B, to ensure operational efficiency and safety in aerospace applications. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit competitive quotes and adhere to specific delivery and invoicing protocols, with all proposals due by the specified deadlines. For further inquiries, potential bidders can contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
    Naval Air Station North Island (NASNI) Demineralizer System Lease
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility, is seeking proposals for the lease of portable demineralizer water systems at Naval Air Station North Island (NASNI) in San Diego, California. The procurement requires one fully operational demineralizer system at all times, with a second system available within 24 hours, to support the facility's fluctuating demand for demineralized water, estimated at 40,000 gallons weekly. This contract is critical for ensuring the operational readiness of naval maintenance activities and compliance with environmental standards, with a five-year indefinite delivery/indefinite quantity (IDIQ) structure and firm-fixed-price task orders. Interested contractors must submit proposals electronically by the specified deadlines and can contact Kenny Vilayvong at kenny.r.vilayvong.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil for further information.
    34--WATER FILTER SYSTEM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a WATER FILTER SYSTEM. This system is typically used for filtering water and ensuring its cleanliness. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website: www.neco.navy.mil. Electronic submission of quotes is available through the NECO website.
    F--Water Purification Services
    Active
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, is seeking Water Purification Services. These services are typically used for purifying water to make it safe for consumption or other purposes. The procurement notice is a Combined Synopsis/Solicitation and falls under the category of NATURAL RESOURCES MANAGEMENT. The primary contact for this procurement is Tomoko Tanishima, who can be reached at 81-46-243-6908. The solicitation is non-mandatory and is intended for sources authorized to do business in Japan. For more details, please refer to the attached document.