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
    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
    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.
    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.
    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.
    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
    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 – COMPETITIVE – Water Quality Maintenance of LL-7000 Heat Exchanger
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking information from qualified contractors for water quality maintenance services for the LL-7000 Pure Water Heat Exchanger. The primary objective is to ensure the effective filtration and maintenance of the heat exchanger, which is crucial for providing purified water with minimal dissolved oxygen and mineral ions. This sources sought notice is part of market research and does not constitute a formal solicitation; interested parties must respond by May 20, 2025, at 2:00 P.M. EDT, and are encouraged to contact Trey Smith or Sonsiree Lagunas via email for further details. Contractors must be registered in the System for Award Management (SAM) to participate.
    Sources Sought–Pure Water System Pump and Motor Assembly
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking sources for the overhaul, production, removal, and installation of pump and motor assemblies for the Engineered Environment, Inc. LL-7000 Pure Water Heat Exchanger. The objective is to ensure reliable performance of at least 50,000 hours while maintaining the high purity standards required for laboratory use. This procurement is critical for the maintenance of the ultrapure water system, which is essential for various government operations. Interested parties must submit their responses electronically by May 1, 2025, and can direct inquiries to Ryan Arford at ryan.j.arford.civ@us.navy.mil or by phone at 812-381-7173. Note that no funding is currently available for proposals, and this notice does not constitute a formal solicitation.
    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 includes a variety of chemicals, such as Sodium Hypochlorite and Calcium Hydroxide, to ensure the provision of safe, clean potable water, with a contract period starting June 15, 2025, and an option for an additional two years. This contract is critical for maintaining operational efficiency and regulatory compliance at military installations, emphasizing safety and environmental standards in chemical handling. Interested vendors must submit their quotations electronically by May 21, 2025, and direct any inquiries to Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil by April 30, 2025.
    ECMP1113 Purchase new Liquid Nitrogen tank P190 (B3176)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the purchase and installation of a new 1500-gallon vertical Liquid Nitrogen Storage tank and associated vaporizer unit. This procurement aims to replace an existing leased system to support experimental needs in the Advanced Energetics Research Laboratory, emphasizing compliance with safety regulations and technical specifications. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total funding limit of $250,000. Interested vendors must submit their quotes by May 19, 2025, to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil.
    J046--Monochloramine Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for the maintenance and upgrade of Monochloramine Supplemental Disinfection systems and Continuous Water Quality Monitoring (CWQM) at the New Jersey VA Healthcare System. The contract, identified by solicitation number 36C24225Q0492, encompasses a 12-month base year followed by four option years, with Klenzoid, Inc. designated as the sole vendor capable of fulfilling these requirements. This procurement is critical for ensuring compliance with VA Directive 1061, aimed at preventing Legionnaires' Disease and enhancing water quality monitoring in VA medical facilities. Interested parties may submit expressions of interest to the contracting officer, Natalie Acevedo, at natalie.acevedo@va.gov, by May 20, 2025, at 10:00 AM EST, as no proposals are currently solicited.
    Remove and Replace Cooling Tower Fill for B498, JBSA Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the removal and replacement of cooling tower fill at Building 498, Joint Base San Antonio – Randolph, Texas. The project involves the complete removal, replacement, and disposal of Polyvinyl Chloride (PVC) Fill and Drift Eliminators for four cooling tower cells, with a focus on compliance with federal and local codes, and ensuring the continuity of critical cooling operations for military readiness. Interested small business vendors must submit their quotes by 10:00 a.m. CDT on May 26, 2025, following a mandatory site visit on May 13, 2025, and are required to adhere to wage determinations and federal acquisition regulations. For further inquiries, vendors can contact Larissa Cunha at larissa.cunha@us.af.mil or Bismark Badu at bismark.badu.3@us.af.mil.
    CTX Annual Cooling Tower TFC-200 Tower Fill Chemical Cleaning
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the annual chemical cleaning of cooling towers at the Central Texas Veterans Health Care System in Temple, Texas. This procurement, identified by solicitation number 36C25725Q0496, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves maintenance services for multiple buildings over a one-year period, with options for four additional renewal years. The contract emphasizes the importance of maintaining operational efficiency in facilities dedicated to veterans, ensuring compliance with federal regulations and safety protocols. Interested parties should direct inquiries to Taminie Panich at taminie.panich@va.gov, with a response deadline of June 20, 2025.
    (H20) Water Purification Successor
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is preparing to issue a Request for Proposal (RFP) for the Water Purification Systems Initiative (WPS) aimed at enhancing supply chain management for 672 National Stock Numbers (NSNs) related to water purification equipment. This initiative is critical for ensuring the effective supply, storage, and distribution of essential components, including hardware parts, valves, pumps, hoses, and gaskets, necessary for military operations. The contract will be awarded on an all or none basis, utilizing a Long-Term Firm Fixed Price Indefinite Quantity contract structure with a four-year base period and one twelve-month option period, with proposals expected to be submitted by June 6, 2025. Interested parties can reach out to Brandy Warner at BRANDY.WARNER@DLA.MIL or call 614-692-5024 for further information.
    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.