Notice of Intent to Sole Source to Guam Waterworks Authority
ID: N40192-26-R-4000Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MARIANASFPO, AP, 96540-2937, USA
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Marianas, intends to award a sole-source contract to the Guam Waterworks Authority (GWA) for the provision of water and sewer services on Guam. This procurement is necessary as GWA is the only legally mandated utility provider on the island, responsible for supplying potable water and wastewater services to both civilian and military customers, including key installations such as Naval Base Guam and Andersen Air Force Base. The importance of this contract lies in GWA's unique position as the sole provider capable of meeting the water and wastewater needs of areas that cannot be fully served by Department of War utilities. Interested parties may submit inquiries regarding this notice within 14 days to the primary contact, Yun Hong, at yun.p.hong.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Government intends to award a sole-source contract to Guam Waterworks Authority (GWA) for utility services, specifically water and sewer supply, on Guam. This action is justified under FAR 6.302-1 because GWA is the only responsible source, holding a legally mandated monopoly for water and wastewater services across the island, serving both civilian and military installations. Military bases on Guam cannot independently provide full potable water and wastewater services, making GWA essential for DoW service areas. This notice is an intent to negotiate without competitive proposals, though interested parties may submit inquiries within 14 days for consideration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Purchasing GAC of 8 Units
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, intends to award a sole source contract to Clean Harbors Environmental Services for the procurement of eight granular-activated carbon (GAC) vessels. This acquisition is critical for supporting various Red Hill recovery operations and ensuring compliance with environmental regulations related to source water filtration. The contract will be awarded under the authority of 10 U.S.C. § 3204(c)(2) and FAR 6.302-2, and no competitive offers will be solicited. For further inquiries, interested parties may contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or Samantha Tomisato at samantha.e.tomisato.civ@us.navy.mil.
    CHS Water System Notice of Intent
    Buyer not available
    The Department of Defense intends to award a single-source contract for potable water, fire protection, and sanitary sewer utility services at Joint Base Charleston (JB CHS) in South Carolina. The contract, which will be awarded to Charleston Water System, is essential for ensuring uninterrupted utility services at the base, with a performance period from March 2, 2026, to March 1, 2036. This procurement is critical as it prevents any disruption in essential services that could arise from transitioning to a new service provider. Interested parties may express their interest and capabilities by contacting Mr. Daniel Teeter at daniel.teeter@us.af.mil or Ms. Taylor McDaniel at taylor.mcdaniel.1@us.af.mil, with responses due by 1:00 PM EST on January 5, 2026.
    JUSTIFICATION AND APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMEPTITION FOR ONLY ONE RESPONSIBLE SOURCE - Granular Activated Carbon (GAC) Operation at Red Hill Adit 3
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking to modify an existing contract for the operation of Granular Activated Carbon (GAC) filtration systems at the Red Hill Bulk Fuel Storage Facility in Hawaii. This modification involves leasing four new Ion Exchange (IX) Resin Tanks for PFAS treatment and an additional twelve GAC tanks for emergency drinking water use, ensuring readiness in the event of a drinking water emergency. The urgency of this procurement is underscored by the need for continuity of service and compliance with regulatory agreements, with the selected contractor, Vectrus Systems Corporation, being justified as the sole source due to their familiarity with the existing systems. Interested parties can reach out to Bernadette Julian at bernadette.julian@navy.mil or Kacie Fujio at kacie.n.fujio.civ@us.navy.mil for further details.
    AUD Water and Wastewater Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure water and wastewater services at Fort Gordon, Georgia. This opportunity is categorized under a Justification and Approval notice, indicating a specific need for these utilities to support military operations. The provision of reliable water and wastewater services is critical for maintaining operational readiness and ensuring the health and safety of personnel. Interested vendors can reach out to Saide Henderson at saide.a.henderson.civ@army.mil for further details regarding this procurement opportunity.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative is crucial for supporting the 36 Wing and surrounding areas, ensuring adequate sanitation facilities are available. Interested small businesses must submit their quotes by December 10, 2025, at 10:00 A.M. Chamorro Standard Time, and all offerors must be registered in the System for Award Management (SAM) database to be eligible for consideration.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    PMP for Water Facilities Circulation Systems
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement involves a combination contract for both recurring and non-recurring maintenance services, aimed at ensuring the operational integrity and reliability of water supply facilities. This initiative is critical for maintaining essential water services at the naval base, which supports various military operations. Interested vendors can reach out to Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    Source Sought for Guam Tugs Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified vendors for the provision of two U.S. flag tractor tugs to support harbor operations and ship handling services at Naval Base Guam. The procurement includes a base period from March 1, 2027, to February 29, 2028, with four additional option periods extending through January 31, 2032, and encompasses services such as towing, pilot transfers, emergency support, and line handling, with tugs required to be available 24/7 and meet specific operational criteria. This opportunity is critical for ensuring effective maritime operations in the region, and interested parties must submit their company details, business size, financial capability, estimated daily rates, fuel consumption, and tug specifications by December 9, 2025. For further inquiries, vendors can contact Ashley M. Smith-Sallinger at ashley.m.smith357.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    Oily Wastewater Treatment Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.