WASTEWATER STORAGE TANKS
ID: SPMYM225Q0734Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

NAICS

Other Metal Container Manufacturing (332439)

PSC

WASTE DISPOSAL EQUIPMENT (4540)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is seeking proposals for the acquisition of two wastewater storage tanks, specifically designated for the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires the submission of engineering drawings, certifications, and compliance with cybersecurity measures. The tanks are critical for waste management and environmental compliance within military operations, ensuring operational readiness and adherence to federal regulations. Proposals are due by March 4, 2025, and interested parties should contact Jack Edwards at jack.edwards@dla.mil or call 360-813-9577 for further details.

    Point(s) of Contact
    JACK EDWARDS
    (360) 813-9577
    (360) 476-4121
    JACK.EDWARDS@DLA.MIL
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) pertaining to the certification and reporting of Polychlorinated Biphenyl (PCB) materials under a specific government contract. It specifies the necessary data items, including the contract line item number, title, frequency of submissions, and distribution statements, aimed primarily at Department of Defense (DoD) and its contractors. The document requires contractors to provide traceable certification documents related to PCB materials, ensuring compliance with procurement specifications. Additionally, it details submission procedures, emphasizing the use of the Wide Area Workflow (WAWF) e-Business Suite for submitting certification documentation and communication protocols for notifications. The structured approach reflects the government's emphasis on regulatory compliance and documentation accuracy in defense-related contracts. Ultimately, this ensures material safety and operational readiness while adhering to federal requirements for environmental safety and accountability.
    The document outlines the Contract Data Requirements List associated with a federal contract, specifically focusing on the submission of engineering drawings, design calculations, and required certifications for tank design. The file details various information fields relevant to the contract, including the contractor's name, contract reference number, data item title, and distribution requirements. It specifies that documentation must be submitted through the Wide Area Workflow (WAWF) e-Business Suite and outlines the process for certification and acceptance of data report documentation. Additionally, the document emphasizes the tailored nature of data submissions and distribution authorization limitations, designating that materials are exclusively for Department of Defense use, with further referrals for other queries. This file serves as a guide for contractors in fulfilling data submission obligations, ensuring compliance with federal standards in defense contracting.
    The document outlines the requirements for submitting a Test/Inspection Report, specifically a Lift Point Certification, as part of a government contract. The main purpose is to ensure compliance with data acquisition standards stipulated under authority DI-NDTI-80809B. The document specifies the necessary formats and details including the frequency of submission, distribution statements, and the process for acceptance-rejection of documentation after submission via the Wide Area Workflow (WAWF) system. Key points include a requirement for personnel qualifications and submission timelines, with a focus on maintaining data integrity and communication with relevant contacts, particularly within the Navy's quality assurance. The structure includes sections for contract line items, contractor details, and data item specifics, emphasizing both submission procedures and regulatory compliance. Overall, it serves as a guideline for contractors in fulfilling their reporting obligations under federal contracts.
    The document outlines the data requirements for a specific military contract, identified by the DD Form 1423-1. It focuses on the warranty performance report and warranty documentation prescribed by the Department of Defense. Key elements include various data item numbers, distribution statements, submission timelines, and certification protocols. Block 4 specifies a tailored format for vendor submissions, while Block 9 restricts distribution to DoD and contractors. Notably, all relevant documentation must be submitted electronically via the Wide Area Workflow system, with email notifications required post-submission for oversight. The document also mandates that acceptance/rejection of submitted reports will occur concurrently with material shipment. This procedural framework serves to facilitate compliance and streamline the reporting process for contract-related data within the military operations context. Overall, the document provides essential guidelines to ensure that contractors meet federal requirements efficiently.
    The document outlines the Contract Data Requirements List for a specific government procurement process, focusing on the necessary certification data for noise levels. Key details include submission specifications, documentation requirements, and distribution limitations relevant to the Department of Defense (DoD). It mandates the vendor to provide certain technical data points while ensuring traceability of certifications to materials. The submission process utilizes the Wide Area Workflow (WAWF) e-Business Suite, with specific email notifications required for submissions. The distribution statement indicates that documents are restricted to DoD and its contractors, underlining security protocols. Approval and preparation dates are included, indicating the planned implementation of these requirements effective November 8, 2024. Overall, this document serves as a formal guide for contractors involved in the procurement process, detailing necessary steps for data submission related to government contracts while ensuring compliance and traceability.
    This document outlines the Contract Data Requirements List (CDRL) for a specific government contract, detailing necessary data item submissions and reporting obligations. The primary focus is on the Material Conformance Certification, which is part of the data collection mandated by the Department of Defense (DoD). It specifies the required data elements to be reported by the contractor, including a tailored requirement to ensure traceability of materials through unique markings. The document mandates the use of the Wide Area Workflow (WAWF) for submitting certification documentation and highlights the necessity of email notifications for submissions. It also defines the distribution authorization of the information, limiting it to DoD and contractors only, and outlines the timeline for submissions, indicating that acceptance or rejection will align with the corresponding material shipment. The signatures at the end indicate formal approval of this requirements document, reinforcing its authoritative status. Overall, this CDRL serves to standardize data reporting processes for contractors engaged with government contracts, ensuring compliance and operational integrity within defense procurement practices.
    The document outlines the Contract Data Requirements List for the acquisition of Commercial Off-The-Shelf (COTS) manuals and supplemental data, specifically focusing on Operation & Maintenance Manuals. It specifies necessary data submissions linked to a Department of Defense (DoD) contract, referencing the official data acquisition document (DI-TMSS-80257C). The data item number, required frequency for submission, and distribution guidelines are highlighted, indicating that distribution is restricted to DoD and contractors only. The final acceptance of submissions will occur alongside the respective material shipments. The file emphasizes compliance with the Wide Area Workflow (WAWF) e-Business Suite for certification and documentation. The document serves to standardize reporting requirements and streamline the acquisition process for vital technical documentation necessary for operational use within the defense sector, reflecting governmental efforts to ensure thorough oversight and accountability in military contracts.
    The document outlines the "Contract Data Requirements List," focusing on data item submission for federal contracts. Key components include a certification process for engineering drawings and related materials, which vendors must adhere to in compliance with procurement specifications. The form includes sections for contract details, a requiring office, a distribution statement, and submission instructions for data reports. It emphasizes the necessity of traceable unique markings on materials and specifies that certifications must be submitted through the Wide Area Workflow (WAWF) e-Business Suite and must be accompanied by emails to designated contacts. The distribution is limited to the Department of Defense (DoD) and authorized contractors. Overall, the purpose of this document is to ensure accurate and traceable submissions that comply with federal contract requirements, ensuring accountability and clear communication within the procurement process.
    The document outlines the requirements for a Contract Data Item related to the Preliminary Installation Plan (PIP) with Drawings, pertinent to Department of Defense procurements. It stipulates the data item title, submission details, and price group while highlighting the contractor's responsibilities regarding document submission and certification. The data item must adhere to specific procurement specifications and ensure traceability of materials through unique markings. It also includes a distribution restriction, allowing access to Department of Defense and contractors only. The document mandates the electronic submission of certification reports through the Wide Area Workflow (WAWF), with subsequent email notification required for acceptance or rejection of the documentation. This structured approach is critical for maintaining standards in federal RFP processes and ensuring compliance with regulatory frameworks surrounding defense contracts.
    The solicitation SPMYM225Q0734 issued on February 18, 2025, by the DLA Maritime Puget Sound outlines a request for proposals to acquire two wastewater storage tanks for the Puget Sound Naval Shipyard, with offers due by March 4, 2025. This procurement is designated for small businesses, specifically including service-disabled veteran-owned and women-owned enterprises. The document specifies delivery to the shipyard and includes a detailed list of required certifications, reports, and engineering drawings to be provided by the contractor. It emphasizes compliance with cyber security measures and safeguarding of defense information, outlining contractor obligations for reporting cyber incidents and ensuring system security as per established standards. Access to the base for contractors is also regulated under the Defense Biometric Identification System (DBIDS), requiring updated credentialing procedures. The solicitation includes various clauses guiding the contractual relationship and responsibilities, emphasizing the importance of compliance with federal regulations in the procurement process. Overall, this document serves to facilitate the acquisition process while ensuring adherence to necessary security and performance standards.
    Lifecycle
    Title
    Type
    WASTEWATER STORAGE TANKS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    54--TANK,LIQUID STORAGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of liquid storage tanks. This opportunity is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 program, emphasizing the government's commitment to supporting diverse business participation. The tanks are critical for various military operations, ensuring the safe and efficient storage of liquids essential for troop support and logistics. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, available on the DLA's website, and must adhere to the submission guidelines outlined therein.
    CHILLER/FREEZE STORAGE BOXES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting proposals for the procurement of chiller and freeze storage boxes, specifically designed for military applications. The contract is set aside for small businesses and requires compliance with stringent specifications, including the submission of test and inspection reports, technical data, and adherence to federal regulations regarding cybersecurity and material safety. These storage solutions are critical for maintaining the integrity of sensitive materials in various operational environments. Proposals are due by March 5, 2025, at 10:00 AM local time, and interested parties can contact Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075 for further information.
    METAL PLATE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is soliciting offers for the procurement of metal plate supplies under Solicitation Number SPMYM225Q0999. This opportunity is set aside for small businesses, with a particular emphasis on participation from service-disabled veteran-owned and women-owned enterprises, and requires compliance with specific material specifications referenced from MIL-S standards. The metal plates are critical for various defense applications, necessitating adherence to stringent chemical and mechanical property requirements, as outlined in the associated contract data requirements document. Interested vendors must submit their offers by 11:00 AM on February 24, 2025, and can direct inquiries to Jack Edwards at jack.edwards@dla.mil or by phone at 360-813-9577.
    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.
    AST, UST, Tank and Generator Inspection Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for inspection services related to Aboveground Storage Tanks (ASTs), Underground Storage Tanks (USTs), and generators at its facilities in Seattle and American Lake, Washington. The contract, valued at approximately $19 million, includes monthly visual inspections and comprehensive annual assessments, with a strong emphasis on compliance with federal, state, and local environmental regulations. These services are crucial for ensuring the safety and integrity of fuel storage systems, thereby minimizing environmental hazards and ensuring public safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the new deadline of March 7, 2025, and can contact Derek Crockett at derek.crockett@va.gov or 360-816-2760 for further information.
    Washers-Water Expansion Tank
    Buyer not available
    The Defense Logistics Agency (DLA) Maritime - Portsmouth is seeking proposals from small businesses for the procurement of washers used in seawater expansion tank assemblies. The Request for Quotation (RFQ) specifies detailed item requirements, including precise dimensions and material specifications, and emphasizes compliance with federal regulations, including registration in the System for Award Management (SAM). The washers are critical components in defense applications, ensuring operational reliability in maritime environments. Quotations must be submitted by February 28, 2025, and interested vendors can contact Robert Dowdle at robert.dowdle@dla.mil for further information.
    81--BULK CONTAINERS
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking BULK CONTAINERS. These containers are typically used for packaging and packing supplies. The procurement will be set aside for Total Small Business. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    CONTAINERS, COLLAPSIBLE
    Buyer not available
    Presolicitation Department of Defense (DOD) is seeking collapsible plastic bulk containers for the Puget Sound Naval Shipyard & IMF maintenance operations. This procurement is set aside for small businesses and will be a firm fixed price (FFP) type commercial purchase order. The containers will be used for storage and transportation purposes. The delivery location is Bremerton, WA. Interested vendors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. It is important to monitor the website for any amendments to the solicitation. Vendors must also ensure their registration in the SAM system is current. Any questions should be emailed to Susan.Peterson@dla.mil.
    CONEX BOX
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is seeking proposals for the procurement of CONEX boxes, which are essential for various logistical and storage needs. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 332312, focusing on Fabricated Structural Metal Manufacturing. The goods will be utilized primarily for military operations and support, highlighting their importance in maintaining operational readiness. Interested vendors should reach out to Kim Vo at KIM.VO@DLA.MIL for further details, with the procurement process expected to unfold in the near future.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.