Water Treatment in Bullville, NY
ID: W15QKN25QA078Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

OPERATION OF WATER SUPPLY FACILITIES (M1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a water treatment project in Bullville, NY. The procurement involves a firm fixed price purchase order for services related to the operation of water supply facilities, with a focus on meeting the requirements outlined in the attached Performance Work Statement (PWS) and Site Map. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses, emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties should note that the estimated start date for the contract is approximately April 1, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries. The response deadline and site visit details are included in the solicitation documents.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
Mixed-Bed Deionization Systems Maintenance - 5 Year (SOLICITATION AMENDMENT 0001)
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for a federal contract focused on the maintenance of Mixed-Bed Deionization Systems at the Tobyhanna Army Depot in Pennsylvania. The contract entails providing preventative maintenance every two months and on-call emergency repair services, with a total contract duration of five years, including one base year and four optional years. These services are critical for ensuring the operational efficiency and compliance of water purification systems, which play a vital role in supporting military operations. Interested contractors must submit their proposals by April 9, 2025, and can direct inquiries to Megan Jones at megan.jones5.civ@army.mil for further information.
Repair Industrial Wastewater Sewer System
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for the repair of the industrial wastewater sewer system at the 105th Airlift Wing in Newburgh, New York. The project involves repairing 18 manholes and conducting an investigation of an 8” PVC pipe system, with an option for additional pipe repairs based on the investigation findings. This procurement is a Total Small Business Set-Aside under NAICS code 237110, emphasizing the government's commitment to engaging small businesses in infrastructure maintenance. Quotes are due by 11:00 AM EST on April 18, 2025, and must be submitted to MSgt Joseph Kugler at joseph.kugler.1@us.af.mil. Contractors must also comply with wage determinations and provide necessary documentation to demonstrate their technical capabilities and certifications.
Industrial Heating and Cooling Water Treatment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Industrial Heating and Cooling Water Treatment Services at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to secure comprehensive water treatment services to protect the base's heating and cooling systems from corrosion and biological fouling, ensuring operational efficiency and compliance with safety standards. This contract, valued at approximately $41 million, will be awarded under a Total Small Business Set-Aside, with a performance period spanning a base year and up to four additional option years. Interested contractors should direct inquiries to Latisha Bourdeau at latisha.bourdeau.1@us.af.mil or Melody Ciulo at melody.ciulo@us.af.mil, with proposal submissions due by March 2025.
DESALTER KITS
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from small businesses for the procurement of 72 units of Desalter Kit Mark 2, Type II, compliant with MIL-D-5531E standards. This procurement is crucial for water purification needs, as the kits will be utilized to ensure effective desalination processes. The contract will be a Firm-Fixed-Price arrangement, with proposals due by April 21, 2025, and performance expected within 90 days after delivery. Interested vendors should contact Christopher P. Broschart or Ryan E. Belfield for further details and must comply with Federal Acquisition Regulations, including registration in the System for Award Management (SAM).
N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the leasing and maintenance of a Reverse Osmosis (RO) and Deionized (DI) water system at the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity is specifically set aside for service-disabled veteran-owned small businesses (SDVOSB) and requires compliance with ANSI/AAMI ST108:2023 standards for water quality in medical device processing. The contract will encompass a base year with four additional option years, commencing on May 1, 2025, and includes responsibilities such as equipment installation, ongoing maintenance, and comprehensive water quality testing. Interested bidders should contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov for further details and to ensure compliance with wage determinations under the Service Contract Act and the Davis-Bacon Act, which mandate minimum wage rates for covered workers.
Grounds Maintenance Services in Fort Drum, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for Grounds Maintenance Services at Fort Drum, NY. The procurement aims to establish a firm fixed price purchase order to fulfill landscaping and groundskeeping needs, as detailed in the attached Performance Work Statement and Site Map. This opportunity is set aside exclusively for Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB), highlighting the importance of supporting diverse business participation in federal contracting. Interested parties should note that the estimated start date for the contract is approximately June 25, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries.
Grey Water Support for Fort hunter Liggett, CA
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide gray water support services at Fort Hunter Liggett, California, during the Combat Support Training Exercise (CSTX) scheduled from May 27 to June 17, 2025. The contractor will be responsible for the collection, storage, removal, and disposal of gray water, requiring the provision of 49 hard plastic containers with varying capacities to manage up to 51,000 gallons of gray water daily. This procurement is crucial for ensuring effective waste management during military training operations while adhering to federal safety and environmental standards. Interested small businesses, particularly women-owned small businesses, should contact Breanna Huff at breanna.d.huff.civ@army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
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.
PMR Reverse Osmosis System
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for Reverse Osmosis (RO) Systems and the exchange of Deionized (DI) Water Tanks at the VA San Diego Medical Healthcare Center. The procurement emphasizes a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, reflecting the VA's commitment to supporting veteran-owned enterprises while ensuring high-quality water purification services. The total estimated award for this contract is $41 million, with a performance period starting on April 30, 2025, and options for extensions through fiscal year 2029. Interested vendors must submit their offers by April 17, 2025, and can contact Earl Henry at earl.henry@va.gov for further information.
DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project, identified by Solicitation No. W912PP25R0017, aims to establish water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is crucial for enhancing the water supply capabilities necessary for military operations, reflecting the government's commitment to sustainable infrastructure development. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by the specified deadline, and interested parties can direct inquiries to Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356.