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
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    Purchase New Liquid Nitrogen Tank
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    Temporary Dehumidification System w/ Inline Heaters
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters to be utilized at the New London Subbase in Groton, Connecticut. The procurement requires a dehumidification system that includes a 5,000 CFM electric reactivation Desiccant Climate Control Unit, two 60kW inline electric heating coils, and necessary supporting infrastructure, all designed to operate in outdoor conditions ranging from -10°F to 110°F. This system is crucial for providing dry and tempered process air for various industrial applications, ensuring compliance with specific standards and operational requirements. Proposals are due by December 17, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit detailed technical documentation along with pricing forms. For further inquiries, contact Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil or by phone at 207-994-0740.
    Chelated Copper Algaecide
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking sources for the procurement of Chelated Copper Algaecide (Bulk Liquid) for the Washington Aqueduct. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that complies with ANSI/AWWA Standard B602 and is certified to meet NSF/ANSI Standard 60, with a five-year ordering period anticipated. Chelated Copper Algaecide is crucial for water treatment processes, ensuring the maintenance of water quality and safety. Interested vendors can reach out to Brandi Dupree at brandi.a.dupree@usace.army.mil or call 410-962-0017 for further details regarding this opportunity.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    Sources Sought Notice for the Purchase of Sodium Hypochlorite
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Baltimore District is seeking sources for the procurement of Sodium Hypochlorite (Bulk Liquid) through a Single Award Task Order Contract (SATOC) with an indefinite-delivery indefinite-quantity (IDIQ) structure. This procurement aims to fulfill the requirements of ANSI/AWWA Standard B300 and ensure certification to meet NSF/ANSI Standard 60, highlighting the importance of quality and safety in water treatment processes. The contract will have a five-year ordering period, and the NAICS code for this procurement is 325180, which pertains to Other Basic Inorganic Chemical Manufacturing, with a small business size standard of 1,000 employees. Interested vendors can reach out to Vincent Gier at vincent.j.gier@usace.army.mil or call 410-962-2584 for further information.