WATER TREATMENT PLANT (WTP) CLEARWELL REPAIR/REPLACEMENT CONSTRUCTION, GREAT LAKES, IL
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking qualified vendors for the repair and replacement of the Water Treatment Plant (WTP) Clearwell at Naval Station Great Lakes, Illinois. This procurement involves identifying suppliers capable of providing essential equipment, including Ethernet Network Switches, Operator Interface Devices, Programmable Logic Controllers, and monitoring panels, all critical for the effective management of water and wastewater utility control systems. The initiative underscores the importance of modernizing infrastructure to meet regulatory standards and enhance operational efficiency in water quality management. Interested vendors must submit a capabilities statement by February 19, 2025, to the primary contact, Ashlee Beggs, at Ashlee.r.beggs.civ@us.navy.mil, with the understanding that this is a market research effort and not a formal solicitation for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Sources Sought notice for the design-bid-build project concerning the repair or replacement of the Water Treatment Plant (WTP) Clearwell at Naval Station Great Lakes in Illinois. The notice is aimed at identifying capable vendors for specific services, particularly the provision of a Hach Single Parameter Monitoring Panel and Chlorine Residual Analyzers, which are critical for monitoring water disinfection processes in compliance with Illinois Environmental Protection Agency (IEPA) standards. Interested suppliers are invited to submit a brief capabilities statement that outlines their ability to meet these requirements, with a submission deadline of February 19, 2025. This notice emphasizes that it is not a formal request for proposals and that responses will not be compensated. By gathering vendor information, the government aims to assess the marketplace before proceeding with the acquisition process, ensuring that all specified product needs can be adequately met. This initiative reflects the government's proactive approach in ensuring compliance with environmental regulations and enhancing facility operations at the naval station.
    The document is a Sources Sought Notice regarding the design-bid-build project for the water treatment plant (WTP) Clearwell repair/replacement at Naval Station Great Lakes, Illinois. It aims to identify suppliers able to provide a specific upgrade to the existing Supervisory Control and Data Acquisition (SCADA) system, which involves expanding the GE Proficy Classic Historian software to accommodate an additional 1,000 data tags necessary for enhanced data management. Vendors interested in participating must submit a brief capabilities statement package, limited to five pages, showcasing their ability to meet the product specifications noted. The responses are due by 19 February 2025, and no proposals, specifications, or drawings will be provided immediately. As a market research initiative, the government seeks to gauge the availability of potential contractors before deciding on acquisition methods. This notice underscores the government’s ongoing commitment to upgrading essential facilities and systems while ensuring they meet modern data requirements. The submission process requires electronic communication with a specific contracting officer, Ashlee Beggs, and imposes strict formatting and file size guidelines for responses.
    The government document is a Sources Sought Notice for the design-bid-build project involving the repair or replacement of the Water Treatment Plant (WTP) Clearwell at Naval Station Great Lakes, Illinois. This notice, issued on February 3, 2025, seeks to identify potential suppliers capable of providing specific equipment required for the ongoing management of water and wastewater utility control systems at the facility, utilizing Allen Bradley (Rockwell Automation) products. Key items requested include Operator Interface Devices (Panelview 5510), several types of Programmable Logic Controllers (PLCs) such as the L18ER Processor, and various input/output modules. The quantities and specifications for each product are detailed, emphasizing the importance of compatibility with existing systems. This notice serves as a market research tool to evaluate the availability and capability of interested vendors before a formal acquisition process begins. Interested parties are invited to submit a capabilities statement, including product specifications, demonstrating their ability to meet the project's requirements, with a submission deadline of February 19, 2025. The document indicates that responses will not incur costs for the government and should be limited to a specified format.
    The Naval Station Great Lakes has issued a Sources Sought notice for the repair and replacement of the Water Treatment Plant (WTP) Clearwell. This is a preliminary market research tool to identify suppliers capable of providing specific Ethernet Network Switches (CISCO Industrial Ethernet Network Switches 4000 Series) necessary for expanding the utility control system. The requirement includes the communication network components for controlling and monitoring various utility system elements such as pumps and valves, adhering to NAVFAC cyber security standards. Interested vendors are invited to submit a capabilities statement, not exceeding 5 pages, detailing their ability to meet the specifications. Submissions must be sent electronically by the deadline of February 19, 2025. The notice emphasizes that this is not a solicitation for proposals and that the government will not compensate respondents for submitted information.
    The document outlines a federal Request for Proposals (RFP) aimed at soliciting innovative solutions to enhance community engagement within underserved populations. It emphasizes the necessity for organizations to demonstrate proven success in outreach strategies. The RFP calls for projects that utilize technology to bridge communication gaps and facilitate access to essential services. Budgetary considerations and a timeline for implementation are also specified, underscoring the need for proposals to be both economically viable and sustainable. Evaluation criteria include the effectiveness of proposed methods, alignment with federal goals, and the potential for scalable impact. The RFP serves as a strategic initiative to empower vulnerable communities and improve governmental responsiveness by leveraging collaborative partnerships within the public and private sectors. Ultimately, this effort reflects a broad commitment to inclusivity and service innovation in public administration.
    The document outlines the specifications and features of the Cisco Industrial Ethernet (IE) 4000 Series Switches, designed for tough industrial environments like manufacturing, energy, and transportation. The IE 4000 Series provides high-bandwidth Gigabit connectivity with robust security measures, built-in software verification, and easy installation through a user-friendly graphical interface. Key benefits include a resilient dual-ring design, high-density Power over Ethernet (PoE) capabilities, and support for industrial automation protocols. The product specifications detail various models equipped with Gigabit Ethernet and PoE options, highlighting ease of replacement and management. Cisco ONE Software enhances networking capabilities with flexible licensing, investment protection, and access to ongoing innovations. The switches comply with multiple industry standards for electromagnetic emissions and immunity, ensuring reliability in various environments. This data sheet serves as a resource for potential buyers in federal, state, and local sectors, facilitating procurement decisions that align with the rigorous technical requirements of industrial networking solutions.
    The document provides specifications for the Hach Company's Single Parameter Monitoring Panel, compatible with SC4500 and CL17sc or ULRCL17sc instruments. It emphasizes quality, ease of installation, and the efficiency of preassembled systems intended for various applications including drinking water, wastewater, and food and beverage sectors. Key features include the ability to measure chlorine levels, with specific ranges for each model, installation flexibility, and streamlined usability. Additional technical details include dimensions, weight, power requirements, and sample conditions. The document's purpose aligns with government RFPs and grant applications by presenting a reliable monitoring solution for water quality management, crucial in regulatory compliance for public safety and environmental monitoring. The outlined product is aimed at government entities or organizations seeking to procure efficient monitoring equipment for water quality.
    The document serves as a comprehensive guide for the PanelView 5510 terminals, which are advanced operator interface devices designed for monitoring and controlling various industrial devices via EtherNet/IP networks. Key features of the terminals include integration with ControlLogix and CompactLogix controllers, support for up to 500 user-defined screens, and a capability of managing 4,000 Logix-based alarms per controller with the appropriate software. The terminals come with several display sizes, touch screen options, and input methods, highlighting their adaptability for different user needs. Hardware specifications encompass Ethernet communication, dual USB ports, and options for various power supplies. The user interface is designed for ease of operation, featuring a navigation button, numeric keypad, and customizable function keys. This product is particularly relevant for government and industry contexts that require reliable, flexible human-machine interfaces. The document may support federal RFPs or grants focused on automation technology, emphasizing functionality in industrial applications while ensuring compliance with technical standards.
    The document is a technical specification for Rockwell Automation's 1734 series of modules, detailing various analog, temperature, and counter modules designed to integrate into control systems. The main topic is the specifications and configurations of these modules, which include input/output capacities, measurement ranges, resolutions, wiring bases, and power requirements. Each module is categorized by its type—current, voltage, and counter—with specific details provided for operation, such as the wiring base compatibility and the current draw from the POINTBus. The specifications emphasize performance metrics, including resolution in bits, accuracy in counts, and safety ratings for certain modules. These features are essential for organizations seeking precise and reliable solutions to collect and manage data in automation environments. The document aligns with government RFPs and grants by highlighting the importance of utility in industrial applications, ensuring compliance with standards that may be crucial in federal, state, or local projects. Overall, the document serves as a critical resource for procurement and implementation considerations in automation technology initiatives.
    The document provides detailed specifications for ordering Removable Terminal Blocks (RTBs) compatible with Rockwell Automation's CompactLogix and Compact GuardLogix controllers, along withCompact 5000 I/O modules and adapters. RTBs serve as critical components for connecting wiring between controllers and I/O modules. The document includes a table of various RTBs, highlighting their model numbers, configurations (screw or spring terminals), and specific applications, such as for power supply connections in the CompactLogix 5480 controllers. Additional information is provided on the 1734 POINT I/O modules and AC and DC Digital Modules, outlining their input/output specifications, voltage categories, and point bus current requirements. The data aims to guide federal and local RFP submissions for electrical and control systems, emphasizing the importance of selecting the appropriate RTBs and modules for effective system design and operation. Overall, this technical documentation underscores Rockwell Automation's product offerings aimed at facilitating the integration of control systems within governmental and commercial applications, ensuring compliance with industry standards while optimizing performance and reliability in automation solutions.
    The document outlines the features and specifications of the Rockwell Automation CompactLogix 5370 Controllers, which integrate safety functions and are designed for small to mid-size automation applications. It details three controller variants: L3, L2, and L1. The L3 controllers provide scalable solutions for a range of tasks, including indexing tables and packaging. The L2 controllers offer flexibility with Compact I/O modules for various equipment, while the L1 controllers are geared towards cost-effective systems with embedded I/O. Key characteristics include the user memory capacity ranging from 384 KB to 1 MB, communication ports (dual EtherNet/IP and USB), and the maximum number of supported EtherNet/IP nodes and axes for motion control. The document emphasizes the compatibility of the controllers with various programming software versions, necessary for different firmware revisions. This information is critical for entities responding to government RFPs, federal grants, and local projects where these controllers could be utilized, ensuring compliance and operational efficiency in automation systems.
    Similar Opportunities
    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.
    Vertical Transportation Equipment (VTE) Maintenance Services for Naval Station Great Lakes, IL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois. The anticipated contract will be a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, lasting up to 60 months, and requires contractors to deliver all necessary labor, management, supervision, tools, materials, and equipment for VTE maintenance, including diagnostic, troubleshooting, repair, and minor construction services. Interested parties must submit a capabilities package demonstrating relevant experience and qualifications, with a minimum yearly contract value of $250,000 for similar services, by 2:00 PM Eastern Standard Time on February 7, 2025. For further inquiries, contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or by phone at 757-341-1226.
    Engineering Control System Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors regarding the procurement of Engineering Control System Hardware. The requirement includes specific items such as managed network switches, programmable logic controllers, and communication interface modules, primarily from the brand SIEMENS, to support mission-critical operations. This procurement is essential for enhancing the operational capabilities of the Navy's engineering control systems. Interested parties must submit their responses electronically to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by 3:00 PM EST on February 13, 2025, with all submissions becoming government property and not subject to return.
    Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the infrastructure and operational capabilities of the naval station by ensuring reliable power supply and secure storage for essential equipment. The work is categorized under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is critical for maintaining the functionality of naval operations. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or call 904-542-6665 for further details, while Lindsay Betteridge is available at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for additional inquiries.
    Potable Water SCADA Systems Maintenance, Various Locations, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is seeking qualified contractors for the maintenance of Potable Water SCADA Systems at various locations in Oahu, Hawaii. The primary objective is to provide comprehensive facility investment services, including on-site maintenance, technical assistance, and software updates for RUGID SCADA central and remote monitoring equipment that oversees the potable water utility systems at Pearl Harbor. This procurement is critical for ensuring the reliability and safety of essential water management infrastructure, with a contract term of up to 66 months, including one base year and four option years. Interested parties must respond to the sources sought notice by submitting the required questionnaire to Robert Wong at robert.l.wong13.civ@us.navy.mil by February 20, 2025.
    P-591 Water Treatment Plant MCAS Yuma
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking qualified contractors for the construction of the P-591 Water Treatment Plant at Marine Corps Air Station Yuma, Arizona. The project entails the construction of a facility capable of producing up to five million gallons per day (MGD) of potable water, along with three ground and one elevated water storage tanks with a total capacity of 7.5 million gallons. This initiative is critical for ensuring a reliable water supply for military operations and includes advanced control systems with cybersecurity features, as well as compliance with Department of Defense antiterrorism standards. Interested parties must complete a Market Research Questionnaire by February 25, 2025, and submit relevant past project experiences, with the anticipated contract type being Firm Fixed Price and a performance period of 1,460 days. For further inquiries, contact Victor Mariscal at victor.m.mariscal.civ@us.navy.mil or call 619-705-4657.
    (MATOC) REPAIR MAIN WATER LINE NEAR WTP (WATER TREATMENT PLANT), FOS CARROLL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of the main water line near the Water Treatment Plant at Fort Carroll. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves maintenance of water supply facilities as indicated by the PSC code Z1NE. The successful contractor will play a crucial role in ensuring the integrity and functionality of essential water supply infrastructure. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for the solicitation number W90VN925RA006. For inquiries, potential bidders may contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or by phone at 315-763-5691.
    Water Lab Analysis Service
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center at Wright-Patterson Air Force Base, is seeking capabilities packages from potential contractors for water lab analysis services. The primary objective is to perform chemical testing of water and hazardous waste characterization in compliance with National Pollutant Discharge Elimination System (NPDES) Permit requirements and Ohio Environmental Protection Agency (OEPA) standards, as detailed in the attached Performance Work Statement (PWS). This contract is critical for ensuring environmental safety and regulatory compliance at military installations, reflecting the government's commitment to maintaining high environmental standards. Interested firms must submit their capabilities packages by February 13, 2025, at 2:00 PM EST, and can direct inquiries to SSgt Brandon Bolen at brandon.bolen.2@us.af.mil.
    REQUEST FOR PROPOSAL FOR LAND EXCHANGE AND WATER/WASTEWATER INFRASTRUCTURE DIVESTITURE NAVAL STATION NEWPORT NEWPORT, RI
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is issuing a Request for Proposal (RFP) for a land exchange and the divestiture of water and wastewater infrastructure at Naval Station Newport in Rhode Island. The objective is to engage a qualified offeror who can demonstrate experience in operating and maintaining similar infrastructure, ensuring the continuation of services for existing and future tenants at the station. This initiative is part of a broader strategy to optimize resource management and enhance operational efficiency within the Navy's utility services. Interested parties must submit their proposals by 5 PM on February 11, 2025, and can direct inquiries to Chris Nelson at christopher.r.nelson@navy.mil or Heather Stadler at heather.m.stadler2.civ@us.navy.mil for further information.
    Nuclear Demineralizers with Overpacks
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified contractors to supply Nuclear Demineralizers with Overpacks under a Combined Synopsis/Solicitation notice. The procurement requires demineralizer assemblies that meet stringent design, testing, and material standards, including adherence to ASME and ANSI standards, hydrostatic testing, and comprehensive documentation for safety and compliance. These assemblies are critical for water purification in nuclear contexts, ensuring operational integrity and safety. Interested parties can reach out to primary contact Sarashea Thibodeau at sarashea.thibodeau.civ@us.navy.mil or by phone at 207-438-3874, or secondary contact Michael L. McCluskey at michael.l.mccluskey10.civ@us.navy.mil or 207-752-7051 for further details.