Treatment/Chemical Injection System for Cooling Tower - Water Treatment and Maintenance
ID: N00174-24-SIMACQ-102-0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

INSPECTION- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H346)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 2:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 8:07 PM UTC
The document outlines a solicitation by the Naval Surface Warfare Center (NSWC) for water treatment and maintenance services for the cooling tower system at Building 458, Picatinny Arsenal, NJ. The contract is expected to last for 12 months, with the possibility of four one-year extensions, and includes requirements for monthly water analysis, employee training, and checks of chemical feed equipment. It specifies chemical treatments such as corrosion inhibitors and biocides. Safety and security measures are emphasized, including the need for contractor personnel to obtain security badges and adhere to Operations Security (OPSEC) protocols. The contractor must handle invoicing through the Wide Area Workflow (WAWF) system, ensuring all services are completed and accepted before payment. The solicitation includes clauses on compliance, such as prohibitions on subcontracting with certain entities and the protection of confidential information to prevent conflicts of interest. Overall, the document serves as a formal request for proposals, aiming to enhance operational efficiency while ensuring safety and regulatory adherence in the procurement of vital maintenance services.
Apr 4, 2025, 8:07 PM UTC
The document pertains to a Request for Proposal (RFP) from the Naval Surface Warfare Center (NSWC) regarding the procurement of water treatment and maintenance services for the cooling tower system at Picatinny Arsenal, NJ. The primary requirement is for monthly water analysis, employee training, and maintenance for the cooling tower system and supporting equipment. The period of performance is set for twelve months with four optional years. Key elements include the contractor's responsibilities, which encompass chemical treatments using specified products and conducting inspections; communication protocols with contract management and technical points of contact; and requirements for security badges and operations security training. The contract emphasizes adherence to Federal Acquisition Regulation clauses, particularly regarding cost allowances, invoicing processes using Wide Area Workflow (WAWF), and conflict of interest considerations. This RFP signifies the government's focus on ensuring proper maintenance of critical infrastructure while facilitating transparency and compliance with safety regulations and procurement standards. It highlights the necessity for contractors to maintain operational efficiencies while following established security and operational guidelines. By setting clear expectations and compliance rules, the RFP aims to foster a safe and effective working environment for both contractors and government personnel.
Apr 4, 2025, 8:07 PM UTC
This document constitutes an amendment to a solicitation for contract N0017425R0040, detailing changes primarily affecting delivery addresses and response dates. The newly extended offer submission deadline is now set for March 26, 2025, with the solicitation issue date updated to February 24, 2025. Delivery of services involves changing the shipping address from the Naval Surface Warfare Center Indian Head Division in Maryland to the Naval Surface Warfare Center at Picatinny Arsenal in Dover, New Jersey, for several line items (CLINs) related to cooling tower system maintenance. The amendment outlines the scope of work, including the requirements for water treatment and maintenance services for the cooling tower system at building 458, Picatinny Arsenal. Key tasks involve monthly water analysis, employee training, and chemical checks, with a contract duration of twelve months plus four one-year options. Security and operations procedures are emphasized for contractor personnel to ensure compliance with Department of Defense regulations. The document highlights the necessity for contractor personnel to acquire security badges and follow mandated operational security training. Overall, this amendment serves to clarify logistics and requirements for potential contractors, ensuring that all parties have current and accurate information regarding the solicitation and associated contract modifications.
Apr 4, 2025, 8:07 PM UTC
This document is an amendment to a federal solicitation and contract modification (N0017425R0040) issued by NSWC IHEODTD, effective April 4, 2025. The primary purpose of the amendment is to extend the deadline for offers from March 26, 2025, to April 25, 2025, at 10:00 AM. Additionally, the previously noted solicitation issue date of February 24, 2025, has been removed. The amendment requires contractors to acknowledge receipt of the changes, emphasizing that failure to do so may result in rejection of their offer. The description of changes includes the addition of a site visit to the Statement of Work (SOW). The document maintains compliance with federal regulations, reaffirming that all other terms remain unchanged. Overall, the amendment addresses necessary adjustments to the solicitation timeline and procedural requirements, ensuring clarity and adherence to procurement protocols in the federal contracting process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Water Testing & Treatment Service
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
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.
CHEMICALS
Buyer not available
The Department of Defense, specifically the Commanding General at the Department of the Navy, is seeking qualified vendors to supply essential chemicals for the Water Treatment Plant and the Industrial Wastewater Treatment Plant at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. The procurement aims to establish a Requirement Contract for a base period of 12 months, with an option for an additional year, starting June 15, 2025, to ensure the provision of safe and clean potable water in compliance with safety and environmental standards. Interested contractors must submit their electronic quotes by May 21, 2025, and are required to be registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) invoicing system. For inquiries, vendors can contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil before the deadline for questions on April 30, 2025.
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 investigating an 8-inch PVC pipe system that currently suffers from groundwater intrusion, with a focus on utilizing an approved polyurea lining system. This maintenance is critical for ensuring the operational integrity of the Air National Guard and compliance with environmental standards. Interested small businesses must submit their quotes by 11:00 AM EST on April 30, 2025, and can contact Joseph Kugler at joseph.kugler.1@us.af.mil for further information. The contract will be awarded based on the lowest priced quote that meets the requirements outlined in the Performance Work Statement, with funding contingent upon the availability of appropriated funds.
High Speed Deluge Maintenance and Repair
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command, is seeking qualified contractors to provide maintenance and repair services for High-Speed Deluge systems at Picatinny Arsenal, NJ. The procurement involves the competitive selection and award of multiple firm-fixed-price Blanket Purchase Agreements (BPAs) to fulfill the requirements outlined in the attached solicitation. These services are critical for ensuring the operational readiness and safety of firefighting and environmental protection equipment used by the Army. Interested parties can reach out to Gloria Thoguluva at gloria.thoguluva.civ@army.mil or 520-669-8575, or Julian Di Leo at julian.m.dileo.civ@army.mil or 520-714-9085 for further information.
Water Testing Service Contract, Naval Station Newport, Newport, RI
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a Water Testing Service Contract at Naval Station Newport, Rhode Island. The contract aims to ensure compliance with Rhode Island state environmental regulations by providing certified analytical laboratory services for environmental water sampling and analysis, as the station currently lacks the capability to perform these tests on-site. This procurement is critical for maintaining operational standards and environmental safety, with the contract structured as an Indefinite Delivery/Indefinite Quantity arrangement over a five-year period, including a base year and four option years. Interested small businesses must submit their proposals by April 18, 2025, and can contact Stefan Nassaney at stefan.nassaney@navy.mil or 401-841-4443 for further information.
Rehabilitation of Wells 585 & 606
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the rehabilitation of Wells 585 and 606 at MCB Camp Lejeune, North Carolina. The project involves installing new submersible pumps, stainless-steel piping, and various associated components, with strict adherence to environmental, health, and safety regulations, as well as compliance with the Buy American Act. This initiative is crucial for ensuring the operational integrity of water supply systems at the military base, with an estimated contract value between $250,000 and $500,000 and a completion timeframe of 360 days post-award. Interested small business contractors must submit their proposals by May 1, 2025, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
SOURCES SOUGHT: Treatment of Closed Loop Water System
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources for water treatment and analysis services for closed loop cooling systems at the Kayenta Service Unit in Arizona. This sources sought notice aims to conduct market research to identify potential contractors capable of fulfilling this requirement, which falls under the NAICS code 221310 for Water Supply and Irrigation Systems. Interested parties are encouraged to submit their qualifications, including company profiles and capability statements, by May 4, 2025, to Flora Washington at flora.washington@ihs.gov. It is important to note that this is not a solicitation, and all submissions must comply with the requirements outlined in the IHS IEE Representation Form for those claiming Indian ownership status.
Industrial Fluid Cooler
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the acquisition of one Industrial Fluid Cooler, identified by National Stock Number (NSN) 4420-01-067-0698, under solicitation number SPE8E9-23-R-0006. The procurement involves a one-time large buy for two units, with delivery required to a CONUS depot, and inspection and acceptance to occur at the destination. This equipment is critical for maintaining operational efficiency in military applications, emphasizing the importance of reliable cooling systems in defense logistics. Interested vendors should prepare to submit their proposals, including firm-fixed pricing, once the Request for Proposal is posted on the DLA Internet Bid Board System after May 7, 2025; for further inquiries, contact Luis Marrero at luis.marrero@dla.mil or Matthew Kruc at Matthew.Kruc@dla.mil.
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.