Orangevale Water Filtration System
ID: W9123824Q0064Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers (423720)

PSC

WATER PURIFICATION EQUIPMENT (4610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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 delivered to Orangevale, California. The selected supplier will be responsible for the design, fabrication, factory assembly, and delivery of complete IX systems, including all mechanical components, vessels, piping, and instrumentation as outlined in the revised Statement of Work (SOW). This procurement is critical for ensuring effective water purification capabilities, emphasizing the government's commitment to supporting small businesses, particularly service-disabled veteran-owned and women-owned entities. Interested parties must submit their proposals by October 10, 2024, and direct any questions to Antonina Beal at antonina.beal@usace.army.mil by September 12, 2024.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the procurement of filtration systems by the U.S. Army Corps of Engineers, slated for bid submission by 10 October 2024, with a focus on small business participation, specifically service-disabled veteran-owned and women-owned entities. The RFP references various acquisition clauses and guidelines, including considerations for domestic sourcing under the Buy American Act and compliance with federal regulations regarding telecommunications equipment. The procurement process emphasizes the importance of accurate and timely submission of offers and includes specific clauses that manufacturers must adhere to regarding telecommunications services and equipment. Key evaluation criteria center around price, with a detailed structure provided for contractor representations and certifications essential for compliance and integrity in federal contracting. This comprehensive approach underscores the government’s commitment to facilitating equitable opportunities for small businesses while ensuring regulatory adherence and efficient procurement practices.
    The document outlines an amendment to a contract related to the purchase of an ion exchange (IX) water treatment system by the U.S. Army Corps of Engineers. The amendment addresses a revised Statement of Work (SOW) and includes responses to key questions from contractors regarding equipment sourcing, site visit protocols, and the project's operational requirements. The SOW specifies the design, fabrication, and delivery responsibilities of the supplier for the IX systems, detailing the components involved, including adsorber vessels, piping, and instrumentation. The amendment clarifies that the contractor is responsible for offloading, assembly, installation, leak testing, and training related to the system. Key deliverables include inspection procedures, installation plans, and acceptance testing, ensuring compliance with performance requirements. Additionally, payment milestones linked to contract deliverables are outlined, with invoices directed to designated financial centers. This modification serves to clarify roles and expectations within the procurement process, highlighting the government's efforts to ensure successful implementation of the IX water treatment system in alignment with regulatory standards and operational requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    H946--Water Purification System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Water Purification System and Testing through Solicitation Number 36C24825Q0009. The procurement aims to secure commercial water purification systems and associated testing services for various VA Health locations in Florida, ensuring compliance with federal and industry standards. This initiative is crucial for maintaining high water quality standards necessary for the Sterile Processing Service, reflecting the VA's commitment to providing safe and reliable water for veterans. Proposals are due by September 27, 2024, and interested parties should direct inquiries to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or by phone at 352-214-5135.
    BRAND NAME OEM (AMPAC) REVERSE OSMOSIS WATER TREATMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source firm fixed price contract for a Reverse Osmosis Water Treatment System to support CNRNW Emergency Management in Everett, Washington. This procurement is essential for providing reliable water purification capabilities, which are critical for operational readiness and emergency management. The solicitation is anticipated to be posted on or about September 19, 2024, with a closing date around September 23, 2024. Interested parties must register in the System for Awards Management (SAM) and direct any inquiries to Joan Lockyear at joan.e.lockyear.civ@us.navy.mil.
    Combined Synopsis/Solicitation & Justification and Approval for Other Than Full and Open Competition for Water Modification Kit - NSN 4610-01-699-8815
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of a Water Modification Kit, specifically NSN 4610-01-699-8815. This acquisition is being conducted under FAR 13.5, utilizing simplified procedures for commercial items, and aims to secure a Firm-Fixed Price Contract for a product deemed essential for purifying drinking water in portable situations. The solicitation is unrestricted and encourages competition, although market research indicates that only CamelBak Products LLC or Eagle Industries Unlimited can meet the government's requirements. Interested parties should contact Amanda Breen at AMANDA.BREEN@DLA.MIL or Marco Rollo at MARCO.ROLLO@DLA.MIL for further details, with proposals expected to conform to the terms outlined in the solicitation.
    Replace Filter System, Ansbach, Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the replacement of a filter system located in Ansbach, Germany. This procurement, identified as W912GB24Q0013, aims to enhance water purification and sewage treatment capabilities, which are critical for maintaining operational readiness and environmental standards. Interested contractors should note the importance of the site visit information provided in the combined synopsis-solicitation document to ensure compliance with project specifications. For further inquiries, potential bidders can contact Shawna West at shawna.m.west@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil, with the RFQ details available for review.
    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.
    36FSS WATER SOFTENER SYSTEM AND INSTALLATION (GUAM)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Water Softener System and its installation at Andersen Air Force Base in Guam, under solicitation number FA524024QM124. The procurement is exclusively set aside for small businesses, requiring compliance with specific technical specifications, including a flow rate of 130 to 184 gallons per minute and a system capacity of 328 to 394 kilograms, among other criteria. This initiative is crucial for maintaining operational readiness at the facility, ensuring the provision of high-quality water for various uses. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Emily Gumataotao at emily.gumataotao.1@us.af.mil or TSgt Samuel Gordon at samuel.gordon@us.af.mil.
    Oil/Water Holding Tank Clean-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the 144th Fighter Wing at the Fresno Air National Guard Base, is seeking qualified small businesses to provide oil/water holding tank clean-up services. The contractor will be responsible for emptying and visually inspecting six holding tanks and one catch basin, ensuring compliance with federal regulations and environmental standards. This procurement is critical for maintaining environmental safety and operational efficiency at the facility, with a total award amount estimated at approximately $16.5 million. Interested parties must submit their quotes electronically by September 20, 2024, and are encouraged to attend a site visit scheduled for September 11, 2024, to better understand the project requirements. For further inquiries, contact the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or call (559) 454-5129.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    Water Testing and Treatment Services for NSWSC San Diego, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Schools Command (NSWSC) in San Diego, California, is soliciting proposals for Water Testing and Treatment Services to support their Engineering Training Lab. The primary objective is to ensure the effective treatment of fresh cooling water used in water cooling towers, which is essential to prevent bacterial growth that could hinder cooling operations and damage water pipes. This service is critical for maintaining the functionality of shipboard equipment in a controlled training environment. Interested contractors must provide all necessary personnel, materials, and equipment for monthly services over a 12-month period, with compliance to safety and environmental standards. Proposals must be submitted electronically, and for further inquiries, interested parties can contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.