Moving Bed Biological Reactor System Preventive Maintenance and Repair Services
ID: W911N225R0009Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and repair services for the Moving Bed Biological Reactor (MBBR) system at the Industrial Wastewater Treatment Plant located at Letterkenny Army Depot in Chambersburg, Pennsylvania. The contract encompasses a base year and two optional years, requiring contractors to perform semi-annual maintenance checks, software updates, and emergency repairs while adhering to stringent quality control and safety regulations. This procurement is critical for maintaining operational integrity and compliance with environmental standards in wastewater treatment processes. Interested vendors must submit their proposals by July 7, 2025, and can direct inquiries to Laura J. Buehler at Laura.J.Buehler.civ@army.mil or Lawrence Mark at lawrence.r.mark2.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a federal solicitation pertaining to a contract managed by the Letterkenny Contracting Office, focusing on providing maintenance services for various systems. Key changes include the dissolution of a small business set-aside, revisions to clauses related to the evaluation process, updates to the timeline, and the addition of new Contract Line Item Numbers (CLINs) for semi-annual preventative maintenance. The closing date for bids has been extended to July 7, 2025. Significantly, the overall contract transforms from exclusively small business participation to a no-preference approach. Deliverables involve specific maintenance tasks outlined under the new CLINs, emphasizing the need for qualified personnel familiar with the operational software and maintaining a high standard of technical capability. Through these modifications, the amendment comes in response to evolving project requirements and aims to ensure comprehensive service delivery while balancing contractor participation across various business sizes. The amendments are designed to maintain compliance with federal policies and promote effective contractor engagement while ensuring high-quality service provision.
    The Performance Work Statement (PWS) outlines requirements for the provision of Preventative Maintenance and Repair Services for the Moving Bed Biological Reactor (MBBR) System at the Industrial Wastewater Treatment Plant (IWTP) at Letterkenny Army Depot. The contractor is responsible for all necessary personnel, equipment, and materials, performing services per stringent quality control and assurance standards. The contract spans one base year and includes two optional years, with both scheduled preventative maintenance and software updates required. Key responsibilities include conducting semi-annual maintenance checks on various system components, providing detailed service and repair reports, and ensuring compliance with Army safety and environmental regulations. Emergency repair services must be available outside normal hours, with contractors required to submit repair quotes for approval. The document emphasizes the critical nature of maintaining wastewater treatment processes to avoid potential operational breakdowns, establishing parameters for contractor performance and quality assurance checks. It reflects the government’s commitment to ensure contractor reliability and accountability while operating within stringent safety and security frameworks, guaranteeing proper environmental practices and maintenance of government property.
    This document outlines essential requirements for offerors participating in a federal contract solicitation. Key points include mandatory registration in the System for Award Management (SAM) to be eligible for contract awards, with a recent requirement for notarized letters for new or renewed registrations. Offerors must provide annual representations and certifications via SAM and submit inquiries to the Contracting Officer at least five days before the offer deadline. Proposals should include qualifications and be signed by an authorized individual. The contract type is a hybrid of Firm Fixed Price and Time and Materials Indefinite Delivery/Indefinite Quantity, with proposals submitted electronically. Payment will be through Electronic Funds Transfer, and insurance requirements are specified for contractors. Notably, there is guidance on addressing potential issues arising from the transition to a new contract writing system while stressing the importance of maintaining the integrity of issued documents. This document underscores the structured approach necessary for compliance in the government contracting process while facilitating transparency and communication between offerors and contracting officials.
    The document is a solicitation (W911N225R0009) from the Letterkenny Army Depot, primarily focused on procuring services related to semi-annual preventative maintenance and repair labor for various equipment, including Moving Bed Biological Reactors (MBBR) and associated filters. The contract involves multiple task areas, such as maintenance visits and repair parts, with options for additional work. Vendors are required to provide detailed capability plans, evidence of relevant qualifications, and experience in similar projects when submitting proposals. The solicitation requires compliance with various federal regulations, including those related to telecommunications equipment and subcontracting. Evaluation will be based on technical qualifications, experience, and pricing. The proposal submission deadline is set for July 7, 2025, and the maximum contract values are outlined, ensuring transparency in budgeting. This document highlights the U.S. government's commitment to maintaining operational integrity through regular maintenance contracts while encouraging participation from small businesses and veterans-owned enterprises.
    This document outlines essential requirements and procedures for offerors participating in a government solicitation, specifically concerning contract awards. Registration with the System for Award Management (SAM) is mandatory for eligibility, including recent requirements for notarized letters for new and renewing vendors. Offerors must complete electronic annual representations and certifications within SAM. Questions regarding the solicitation must be submitted in writing to the designated Contracting Officer with a deadline of 10 days before the closing date. Offers should be firm for 60 days and submitted in their best form as the government aims to award without discussions. The solicitation is set aside explicitly for small business concerns and includes payment via Electronic Funds Transfer. Additionally, the document discusses transitions in contract writing systems impacting solicitation formats and procedures, advising offerors to pay close attention to updates and potential changes. Overall, this guidance clarifies critical steps and expectations for participants in the solicitation process, emphasizing compliance and attention to detail in submissions.
    The Performance Work Statement (PWS) outlines requirements for a contract to provide Preventative Maintenance and Repair Services for the Moving Bed Biological Reactor (MBBR) system at the Industrial Wastewater Treatment Plant on Letterkenny Army Depot. The contract encompasses a base year and two option years, focusing on software updates and regular maintenance checks to ensure the effective operation of the MBBR system. Key contractor responsibilities include developing a Quality Control (QC) program, adhering to safety regulations, and maintaining detailed records of inspections and service reports. Furthermore, the contractor must furnish all necessary personnel, tools, and materials while following government-provided guidelines. Critical tasks include emergency repairs, maintenance of electrical components, and timely submission of repair quotes. Compliance with security and environmental regulations is imperative, as contractors are accountable for any damages or injuries resulting from their services. The document emphasizes the necessity of thorough training programs and the importance of adhering to quality standards in monitoring the effectiveness of the contract's performance. This PWS serves to enhance operational efficiency and ensure regulatory compliance, reflecting the government's commitment to high-quality service delivery in managing vital infrastructure.
    The document, RFP W911N225R0009, outlines a solicitation for maintenance services at the Letterkenny Army Depot. It includes a request for proposals to perform semi-annual preventive maintenance (PM) on specific systems, namely sand and bag filter controllers and a Moving Bed Biological Reactor (MBBR) system, entrusting contractors to fulfill requirements in accordance with the performance work statement attached. The solicitation emphasizes that offers should be submitted by May 1, 2025, with contracts awarded based on the Lowest Price, Technically Acceptable evaluation method. The expected project duration spans from May 2025 to May 2028, with potential extensions. Contractors must provide detailed qualifications and past performance examples to demonstrate compliance with technical specifications. Also included are various federal clauses related to contract management, labor standards, and performance assurances. This document stresses the importance of adhering to federal regulations and highlights opportunities for small businesses, including those owned by veterans and women, to participate in government contracts, reflecting the government's commitment to supporting diverse business engagement in federal procurement processes.
    Similar Opportunities
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Solvent Tank Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide maintenance services for solvent tanks. This procurement aims to ensure the proper upkeep and functionality of solvent tanks, which are critical for various military operations and maintenance activities. The opportunity is currently in the amendment phase, with Amendment 0002 issued to address vendor inquiries regarding the contract. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further information.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Virkon Vehicle Treatment PA Army National Guard W912KC26QA004
    Dept Of Defense
    The Department of Defense, specifically the Pennsylvania Army National Guard, is seeking proposals from qualified small businesses to provide pre-deployment agricultural disinfection services for 187 pieces of equipment in compliance with EUCOM requirements. The contractor will utilize Virkon-S at a 1:100 dilution ratio to ensure all equipment is sanitized within a specified period from January 26, 2026, to January 30, 2026, with on-site work limited to five days. This service is critical for maintaining compliance with federal, state, local, and military regulations, ensuring that equipment is free of contaminants before deployment. Interested parties must submit their bids, including proof of SAM registration and a completed SF 1449 form, by the deadline for Requests for Information on December 18, 2025. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.