Mixed-Bed Deionization Systems Maintenance - 5 Year
ID: W51AA1-25-Q-0026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 8:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
The Performance Work Statement (PWS) outlines a contract for preventative maintenance and emergency repairs of De-ionization (DI) systems at Tobyhanna Army Depot. The contractor must provide all necessary personnel, tools, and materials for maintenance every two months, along with on-call services capped at 20 hours annually. The contract spans one base year with four optional years, focused on minimizing production disruptions. Quality control measures include immediate reporting of service issues and evaluations based on performance requirements. Key tasks involve assessing current DI systems, ensuring proper operation and compliance with manufacturer standards, and making necessary repairs. Regular communication with the Contracting Officer's Representative (COR) is mandated to schedule maintenance and address concerns. Security and safety protocols, including background checks and training for personnel, must be adhered to, reinforcing the importance of safeguarding government property. This document serves as a comprehensive guideline for contractors engaged in servicing the DI systems, emphasizing the significance of quality assurance, timely responses, and effective communication with government representatives while maintaining operational excellence throughout the contract's life.
Apr 9, 2025, 8:08 PM UTC
The Contractor Safety Standards for Tobyhanna Army Depot (TYAD) outline specific safety protocols and compliance requirements for contractors involved in service or equipment installation projects under $250,000. These standards emphasize the contractor's sole responsibility for job-site safety, adherence to OSHA regulations, and the implementation of safety measures, including Job Hazard Analysis (JHA) and Activity Hazard Analysis (AHA). Contractors must provide comprehensive safety training, ensure the use of personal protective equipment (PPE), and have designated emergency and safety personnel. Additionally, the document establishes requirements for fall protection, confined space entry, and the use of heavy machinery like cranes, along with mandatory permits for excavation and hot work. The safety standards also address the handling of hazardous materials, protection of drinking water systems, and emergency procedures in the event of incidents. Overall, these guidelines ensure a safe work environment at TYAD while promoting compliance with federal and state safety regulations, reinforcing the importance of risk management in government contracting projects.
Apr 9, 2025, 8:08 PM UTC
The document outlines the standard specifications for projects under the National Environmental Policy Act at Tobyhanna Army Depot (TYAD), detailing environmental controls and procedures for contractors. Key topics include air pollution control, asbestos management, and emergency spill response. Contractors must manage emissions, ensure materials are asbestos-free, and properly handle hazardous waste and materials. Specific requirements are emphasized, including obtaining necessary permits, implementing erosion and sedimentation control plans, and adhering to energy efficiency standards outlined in federal acts. The document mandates protection for cultural resources, endangered species, and management of waste materials, while promoting recycling and minimizing water usage during projects. Contractors must also adhere to safety regulations, including on-site training for hazardous substances and compliance with environmental management systems. The document stresses the importance of maintaining compliance with local and federal environmental norms during the execution of construction and demolition activities, ensuring preservation of natural resources and the integrity of site operations.
Apr 9, 2025, 8:08 PM UTC
The TYAD Security Requirements document outlines essential security, privacy, and operational protocols for contractors working with the Tobyhanna Army Depot (TYAD). It mandates adherence to the Federal Acquisition Regulations (FAR) and includes specific duties regarding contractor personnel's training, access control, information safeguarding, and emergency management procedures. Notably, contractors must prepare Contingency Operations Plans, complete mandatory antiterrorism training, and comply with various security protocols including personnel background checks and handling controlled unclassified information. The document emphasizes the implementation of stringent security measures to protect sensitive information and government property, detailing training requirements for cybersecurity and operations security. Additionally, it defines procedures for communication during emergencies, security access protocols, and guidelines for safeguarding government equipment. The overarching aim is to ensure contractor compliance with federal and local security regulations while maintaining operational integrity in sensitive environments. This structure is vital for protecting government operations and information while allowing contractors to effectively fulfill their responsibilities.
Apr 9, 2025, 8:08 PM UTC
The government solicitation W51AA125Q0026 seeks proposals for preventative maintenance and remedial services for two Mixed-Bed Deionization Systems at Tobyhanna Army Depot. Bids are due by 4 PM on April 9, 2025, and must comply with federal regulations, including having active registrations in the System for Award Management (SAM) and adherence to service contract labor standards. The contract includes an initial year of service, with options for up to four additional years. Each year, contractors will perform scheduled maintenance and provide on-call emergency services, capped at 20 hours annually unless modifications occur. Proposals will be evaluated on price and past performance, with consideration given to small business and HUBZone contractor preferences. The document emphasizes the need for offerors to ask questions electronically and follow specific submission requirements. Compliance with various clauses and regulations is mandatory, aligning with federal acquisition policies. The transition to a new contract writing system may result in format variations in documents, which the government will correct without impacting the awarded terms.
Apr 9, 2025, 8:08 PM UTC
This document is an amendment to a solicitation for a contract related to preventative maintenance services for Mixed-Bed Deionization (DI) Systems at the Tobyhanna Army Depot. The primary purpose of this amendment is to extend the solicitation closing date to April 16, 2025, and to update the estimated Performance Period for the contract, now starting from May 15, 2025, to May 14, 2026. Additional revisions include an updated Performance Work Statement dated April 9, 2025, and the removal of two FAR clauses concerning facility segregation and equal opportunity. The amendment outlines the necessary adjustments to the Contract Line Item Numbers (CLINs), including changes in delivery schedules and performance expectations. Specifically, the contract will provide bi-monthly preventative maintenance and up to 20 hours of on-call remedial services annually for the DI systems. The document emphasizes the importance of acknowledging receipt of the amendment to prevent rejection of the offers. Overall, this amendment signifies the government's responsive and structured approach to contract management and compliance in the context of federal procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Flow Waterjet Preventative Maintenance and Emergency
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors for a Flow Waterjet Preventative Maintenance and Emergency Service Contract at Tobyhanna Army Depot in Pennsylvania. The procurement aims to ensure the efficient operation of a Flow Waterjet model through routine preventative maintenance and emergency repairs, as outlined in the attached Performance Work Statement (PWS). This service is critical for maintaining production capabilities at the depot, emphasizing adherence to quality, safety, and environmental standards. Interested firms must have an active registration in SAM.gov and submit a capability statement within 15 days of this notice. A Pre-Solicitation Meeting with Industry is scheduled for May 5, 2025, at 9:30 AM EST, where potential offerors can review requirements and ask questions. For further inquiries, contact Marissa Brodi at marissa.c.brodi.civ@army.mil or call 570-615-6442.
Treatment/Chemical Injection System for Cooling Tower - Water Treatment and Maintenance
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Treatment/Chemical Injection System for Cooling Tower Water Treatment and Maintenance at Picatinny Arsenal, New Jersey. The procurement involves providing monthly water analysis, employee training, and maintenance services for the cooling tower system, with a contract duration of twelve months and the potential for four one-year extensions. This initiative is crucial for ensuring the operational efficiency and safety of critical infrastructure, emphasizing compliance with federal regulations and security protocols. Interested small businesses must submit their quotes by April 25, 2025, at 10:00 AM EST, and can direct inquiries to Ardelle Knight at ardelle.v.knight.civ@us.navy.mil.
Turret Punch Press and Laser Cutter Preventative Maintenance and Remedial Repairs
Buyer not available
The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance and remedial repair services for turret punch presses and laser cutters at the Tobyhanna Army Depot in Pennsylvania. The contract requires contractors to perform semi-annual and annual maintenance, as well as emergency repairs, ensuring the operational efficiency of four critical machines. This procurement is vital for maintaining the functionality of essential equipment used in military operations, with proposals due by May 22, 2025. Interested contractors should direct inquiries to Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569, and must comply with specific quality assurance standards and wage determinations as outlined in the solicitation documents.
On-Call Service for Pick up, Refinish, and Return of Assets for Tobyhanna Army Depot
Buyer not available
The Department of Defense is seeking qualified contractors to provide on-call services for the pickup, refinishing, and return of assets for the Tobyhanna Army Depot in Pennsylvania. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract that encompasses all necessary tasks, supervision, labor, equipment, and materials, ensuring compliance with military specifications and quality standards. This service is critical for maintaining operational efficiency and adherence to military standards, with an emphasis on quality control and timely delivery. Interested businesses are encouraged to submit their capabilities and relevant information to Dean Berkovics at dean.m.berkovics.civ@army.mil, with responses due by the specified deadline.
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 prevent corrosion and biological fouling in the base's heating and cooling systems, ensuring operational efficiency and compliance with safety standards. This contract is set aside for small businesses under NAICS code 221310, with an anticipated award value of approximately $41 million, covering a base year and up to four option years. Interested contractors must submit their proposals, including technical and pricing details, by May 16, 2025, and can direct inquiries to Latisha Bourdeau at latisha.bourdeau.1@us.af.mil or Melody Ciulo at melody.ciulo@us.af.mil.
F103--Water Management RO/DI System RFQ One Year Purchase Order Huntington VAMC 512-25-3-506-0016
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance for the Reverse Osmosis/Deionizing (RO/DI) System at the Huntington VA Medical Center in West Virginia. This one-year contract, beginning May 12, 2025, requires the vendor to supply all necessary parts, labor, and supervision to ensure the system operates effectively and prevents bacterial growth, which is critical for maintaining hygiene standards in sterile processing operations. Proposals must be submitted by May 2, 2025, at 12 PM Eastern Time, and the contract is set aside for small businesses, emphasizing the VA's commitment to operational readiness and compliance with health standards. Interested bidders can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov for further details.
46--DEMINERALIZER,WATER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 56 units of water demineralizers (NSN 4610013136086) to be delivered to the DLA Distribution Depot in Oklahoma. This solicitation aims to fulfill critical water purification needs, which are essential for various military operations and support functions. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all responsible sources may participate. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
Notice of Intent - OMAX Water Jet Machine
Buyer not available
The Department of Defense, specifically the Army Contracting Command, intends to award a sole-source contract for preventative maintenance and emergency repairs of an OMAX water jet machine at the Tobyhanna Army Depot in Pennsylvania. The procurement will encompass non-personal services, including the provision of necessary personnel, equipment, and materials, following the guidelines of FAR Part 13 and FAR Part 12. This maintenance is critical for ensuring the operational efficiency of the water jet system, which plays a vital role in various manufacturing and repair processes. Interested parties are encouraged to submit capability statements via email by April 29, 2025, to determine if competitive procurement is feasible, with further details available in the attached draft Performance Work Statement. For inquiries, contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or call 570-615-6125.
PMR Reverse Osmosis System
Buyer not available
The Department of Veterans Affairs (VA) 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 Center. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the continued operation and reliability of essential water purification systems. 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 parties must submit their offers by April 25, 2025, and can direct inquiries to Earl Henry at earl.henry@va.gov.
Sources Sought–Pure Water System Pump and Motor Assembly
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking sources for the overhaul, production, removal, and installation of pump and motor assemblies for the LL-7000 Pure Water Heat Exchanger, which is critical for recirculating demineralized, deionized cooling water in laboratory settings. The procurement aims to ensure that each assembly achieves a reliable performance of 50,000 hours while adhering to stringent purity standards and operational integrity. Interested contractors must demonstrate their capability in managing the entire process, including compliance with government standards and quality assurance protocols, and are encouraged to submit relevant documentation by the deadline of May 1, 2025. For further inquiries, potential respondents can contact Ryan Arford at ryan.j.arford.civ@us.navy.mil or by phone at 812-381-7173.