Sodium Hypochlorite BPA
ID: N0016725Q0049Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Basic Inorganic Chemical Manufacturing (32518)

PSC

CHEMICALS (6810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 9, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center, Carderock Division, is seeking small businesses to provide 12.5% to 15% sodium hypochlorite for a three-year Blanket Purchase Agreement (BPA). The procurement aims to secure a total of 25,000 gallons of sodium hypochlorite, which is essential for maintaining water quality during underwater testing at the Carderock Test Pond, with deliveries ranging from 200 to 1000 gallons at a time. Interested parties must submit their quotes by January 9, 2025, and adhere to specified delivery and lead-time conditions, with the evaluation based on price and technical capability. For further inquiries, potential bidders can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or by phone at 757-478-2013.

Point(s) of Contact
Files
Title
Posted
Dec 31, 2024, 3:05 PM UTC
The document is a solicitation (RFQ N0016725Q0049) issued by the Naval Surface Warfare Center, Carderock Division (NSWCCD) for the procurement of 12.5% to 15% sodium hypochlorite, necessary for maintaining water quality during underwater testing at the Carderock Test Pond. The contract seeks to establish a three-year Blanket Purchase Agreement (BPA) for deliveries ranging from 200 to 1000 gallons, with a total anticipated requirement of 25,000 gallons over the contract period. Interested small businesses are invited to submit quotes by January 9, 2025, and must meet specified delivery and lead-time conditions. The RFQ details pricing, technical capabilities, delivery procedures, and mandatory clauses relevant to federal procurements, ensuring compliance with federal regulations. The document emphasizes the evaluation criteria of price and technical capability, stating that the lowest price technically acceptable offer will be awarded the BPA. All submissions must conform to the stated requirements, and responses must be directed to the designated contact person within the NSWCCD. The procurement initiative underscores the federal commitment to sourcing necessary supplies while supporting small business participation and adhering to government regulations.
Lifecycle
Title
Type
Sodium Hypochlorite BPA
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Repair of Sodium Hypochlorite Storage Tanks
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
36--CHLORINATOR, ECG
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure four units of the ECG Chlorinator, identified by NSN 7H-3655-014582462-Q3. The procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), emphasizing the importance of supporting small enterprises in defense contracting. These chlorinators are critical components for gas generating and dispensing systems, which play a vital role in various naval operations. Interested vendors should direct inquiries to Scott Youngblood at (717) 605-2379 or via email at scott.youngblood@navy.mil, with delivery expected at the Portsmouth Naval Shipyard in Kittery, ME.
CHEMICALS
Buyer not available
The Department of Defense, specifically the Commanding General at the Department of the Navy, is seeking qualified vendors to supply essential chemicals for the Water Treatment Plant and the Industrial Wastewater Treatment Plant at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. The procurement aims to establish a Requirement Contract for a base period of 12 months, with an option for an additional year, starting June 15, 2025, to ensure the provision of safe and clean potable water in compliance with safety and environmental standards. Interested contractors must submit their electronic quotes by May 21, 2025, and are required to be registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) invoicing system. For inquiries, vendors can contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil before the deadline for questions on April 30, 2025.
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.
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.
Supply Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS 212393: Other Chemical and Fertilizer Mineral Mining. The BPA Holder must be able to provide Solid Runway Deiver - Sodium Acetate - Anydrous Must be Spherical shaped. Must be compatible with liquid potassium acetate deivers. Must be at least 97% anydrous sodium acetate by weight with less than one percent corrosion inhibitors. Must meet FAA approved specification SAE AMS 1431 for deicing and anti-icing compounds in the form of a solid for use on runways and taxiways. Shall be deliverable in bulk. Quantities will be determined on individual BPA calls. All quantities shall be delivered in bulk. Material will always be delivered to Fort Drum, NY and delivery point will be determined by call. BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. Initial responses are requested within 30 days of the posting date.
Bottled Water and Delivery Service for NIWC LANT New Orleans
Buyer not available
The Department of Defense, through the Naval Information Warfare Center Atlantic (NIWC LANT) in New Orleans, is seeking vendors to provide bottled water and delivery services. Interested parties must submit three specific documents: the RFQ Quote Attachment1 Spreadsheet, Attachment2 Certs & Reps, and their company's quote to be considered for this procurement. This service is crucial for ensuring the availability of essential hydration resources for personnel, reflecting the importance of maintaining operational readiness. For further inquiries, vendors can contact Contract Specialist Austin Rentzel at austin.j.rentzel.civ@us.navy.mil or by phone at 843-730-0656.
NSWCCD Brand Name or Equal Liquid Nitrogen Generator with Chiller and Oxygen Sensor
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the procurement of an IMTEK Cryogenics CNP60 Liquid Nitrogen Generator, complete with a chiller and oxygen sensor. This solicitation, identified as RFQ N0016725Q1034, is specifically set aside for small businesses under NAICS code 333248, which accommodates firms with a maximum of 750 employees, and aims to ensure the production of high-purity liquid nitrogen at a minimum rate of 60 liters per day. The equipment is crucial for supporting naval operations, emphasizing the government's commitment to maintaining operational readiness and compliance with safety standards. Interested vendors must submit their quotes by April 30, 2025, with inquiries directed to Michael Brodie at michael.s.brodie7.civ@us.navy.mil by April 23, 2025.
Void Tank Cleaning Services
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking qualified small businesses to provide Void Tank Cleaning Services for YON 328 at Joint Base Pearl Harbor, Hawaii. The primary objective is to address salt buildup in the interstitial void tanks, which is critical for preventing corrosion that could compromise the fuel barge's hull ahead of an upcoming INSURV inspection scheduled for December 2024. The contract period extends from the award date through September 30, 2025, with all work required to be completed by that date. Interested contractors must submit detailed quotes by 11:00 AM Hawaii Standard Time on April 29, 2025, and direct any questions to David Chang at david.d.chang3.civ@us.navy.mil or by phone at 808-473-7548.
USNS SACAGAWEA Eductor Foam
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC Norfolk), is seeking quotations for the procurement of an inline eductor foam system specifically designed for the USNS Sacagawea (T-AKE 2). The primary requirement is for a National Foam product, which is critical for damage control equipment on the vessel, necessitated by safety regulations that require the replacement of variable inline eductors with fixed ones to ensure effective firefighting capabilities. The urgency of this procurement is underscored by a required delivery date of May 25, 2025, with offers due by May 2, 2025. Interested vendors can reach out to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.