Special Notice - Intent to Sole Source Synopsis - Presby Advanced Enviro-Septic (AES) Wastewater Treatment System
ID: W9128A-26-Z-0006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST HONOLULUFORT SHAFTER, HI, 96858-5440, USA

NAICS

Sewage Treatment Facilities (221320)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to acquire the Presby Advanced Enviro-Septic (AES) Wastewater Treatment System for the Pohakuloa Training Area (PTA) in Hawaii. This system is required to treat pre-treated wastewater influent ranging from 5,000 to 67,000 gallons per day, ensuring compliance with Hawaii's effluent discharge requirements, specifically maintaining biochemical oxygen demand (BOD5) and total suspended solids (TSS) levels at or below 60 mg/L. The procurement is critical for maintaining environmental standards and operational efficiency at military facilities, and firms that believe they can provide an equivalent system are encouraged to submit a capabilities statement by January 6, 2026, at 2:00 PM Hawaii Standard Time. Interested parties should direct their submissions to Jennifer Ko and Christie Lee via the provided email addresses.

    Files
    Title
    Posted
    This document outlines regulations for wastewater effluent disposal systems and treatment works, focusing on design, monitoring, and reporting requirements. New systems must include primary and 100% back-up disposal components, each capable of handling peak flow determined by county or Honolulu standards. All systems need provisions for operation, maintenance, and inspection, with subsurface systems and injection wells requiring purging and chemical "shock loading." Treatment works must meet specific effluent requirements, including biochemical oxygen demand (BODs) and suspended solids limits, with monitoring frequency depending on flow rates and system type. Owners must submit lab data semi-annually. Additional monitoring includes dissolved oxygen, pH, settleability, chlorine residual, and total daily flow. Logbooks are mandatory for operational records. Disinfection requirements are specified for R-1 and R-2 recycled water, including CT values for chlorine disinfection. The document emphasizes compliance with EPA regulations and allows for more stringent requirements by engineers if warranted.
    Similar Opportunities
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for a potential design-bid-build construction project to relocate deep wells at Schofield Barracks, Oahu, Hawaii. The project involves drilling four wells approximately 800 feet deep, with a capacity to deliver a minimum of 2,000 gallons per minute, and includes the construction of a protective roof structure for the motors. This initiative is critical for ensuring a reliable water supply to meet peak demand during the summer months. Interested contractors must submit their qualifications by January 5, 2026, with a project magnitude estimated between $50 million and $100 million. For inquiries, contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    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
    Dept Of Defense
    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.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of a sewage pumping unit. This contract requires the delivery of a specific sewage treatment equipment, with an emphasis on the absolute best delivery due to its high-priority status related to mission-essential equipment for the U.S. Navy. The procurement process includes strict inspection and acceptance criteria, and all contractual documents will be considered issued upon electronic transmission. Interested vendors must submit their quotes by January 7, 2026, and can reach out to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL for further information.
    Purchasing GAC of 8 Units
    Dept Of Defense
    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.
    Individual Water Treatment Device for Reduction/Removal of Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from any indigenous fresh water sources
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Soldier Center in Natick, Massachusetts, is conducting a market investigation for an Individual Water Treatment Device designed to reduce or remove Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from indigenous fresh water sources. The device must meet stringent military requirements, including being lightweight (not exceeding 12 ounces), easy to use and maintain, and capable of producing purified water from chemical contaminants for at least 135 liters, with a desired treat-to-drink time of less than 5 minutes. This initiative is crucial for ensuring safe drinking water for soldiers in diverse operational environments, adhering to Military Exposure Guidelines and NSF protocols for water purification. Interested parties are invited to submit their capabilities and product information via email to the designated contacts by January 16, 2026, with no funding currently available for this opportunity.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    AE Environmental SB MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey to identify small business concerns for the AE Environmental SB MATOC project, which focuses on environmental engineering services. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year duration and an estimated capacity of $40 million, addressing a variety of hazardous, toxic, and radiological sites while ensuring compliance with relevant federal, state, and local regulations. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by January 14, 2026, at 2:00 PM (EST) to Henry Caldera at henry.c.caldera@usace.army.mil.
    W9126G26QA015
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Fort Worth office, is seeking qualified vendors to provide water and sewer testing services at Somerville Lake in the Capital Region of Texas. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the NAICS code 541380 for Testing Laboratories and Services. The services are critical for maintaining environmental systems protection and ensuring water quality standards are met in the area. Interested parties should reach out to Jennifer McCollum at jennifer.mccollum@usace.army.mil for further details regarding the submission process and any upcoming deadlines.