Notice of Intent Sole Source: Potable Water Services in support of NNSA Livermore Field Office
ID: 89233124NNA000130Type: Special Notice
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFNNSA NON-MO CNTRCTNG OPS DIVALBUQUERQUE, NM, 87185, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

UTILITIES- WATER (S114)
Timeline
    Description

    The Department of Energy's National Nuclear Security Administration (NNSA) intends to award a sole source contract for potable water services to the San Francisco Public Utilities Commission (SFPUC) in support of its Livermore Field Office located in Livermore, California. The contract will ensure a reliable supply of potable water for various uses, including firefighting, industrial, and irrigation, necessary for the proper operation of the facility and its associated sites. This procurement is critical for maintaining compliance with applicable laws and regulations governing water supply and usage. Interested parties may submit capability statements electronically via FedConnect by 4:00 p.m. Mountain Daylight Time on September 13, 2024, with no costs incurred by the government for submissions.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Water Testing & Treatment Service
    Active
    Dept Of Defense
    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.
    BRAND NAME OEM (AMPAC) REVERSE OSMOSIS WATER TREATMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source firm fixed price contract for a Reverse Osmosis Water Treatment System to support CNRNW Emergency Management in Everett, Washington. This procurement is essential for providing reliable water purification capabilities, which are critical for operational readiness and emergency management. The solicitation is anticipated to be posted on or about September 19, 2024, with a closing date around September 23, 2024. Interested parties must register in the System for Awards Management (SAM) and direct any inquiries to Joan Lockyear at joan.e.lockyear.civ@us.navy.mil.
    Mountain Springs Potable Water Well Construction, Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Nevada
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of a potable water well at the Spring Mountains National Recreation Area within the Humboldt-Toiyabe National Forest in Nevada. The project involves various tasks including mobilization, drilling an 8-inch well, casing, concrete grout sealing, and performance testing, with an estimated construction cost between $100,000 and $250,000. This initiative is crucial for developing sustainable water resources in a federally protected area, ensuring compliance with environmental regulations and public safety measures during construction. Proposals are due by September 23, 2024, at 5:00 p.m. Central Time, and interested contractors should direct inquiries to Mary Harding at mary.harding@usda.gov.
    Water Testing and Treatment Services for NSWSC San Diego, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Schools Command (NSWSC) in San Diego, California, is soliciting proposals for Water Testing and Treatment Services to support their Engineering Training Lab. The primary objective is to ensure the effective treatment of fresh cooling water used in water cooling towers, which is essential to prevent bacterial growth that could hinder cooling operations and damage water pipes. This service is critical for maintaining the functionality of shipboard equipment in a controlled training environment. Interested contractors must provide all necessary personnel, materials, and equipment for monthly services over a 12-month period, with compliance to safety and environmental standards. Proposals must be submitted electronically, and for further inquiries, interested parties can contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    91--Delivery Renewable Diesel and Unleaded Gas
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors for the purchase and delivery of unleaded gasoline and renewable diesel (RD99) fuel to the Lake Berryessa Field Office in Napa, California. The contract will cover a base period and four option years, commencing on November 1, 2024, and concluding on October 31, 2029, with annual delivery requirements of approximately 12,500 gallons of unleaded gasoline and 2,000 gallons of renewable diesel. This procurement is essential for maintaining operational efficiency and compliance with environmental regulations, particularly in light of recent shifts towards renewable fuel sources. Interested small businesses must submit their quotes electronically by September 23, 2024, at 3:00 PM PDT, and can direct inquiries to Sherry Heibeck at SHeibeck@usbr.gov or by phone at 916-978-6188.
    Orangevale Water Filtration System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the procurement of an ion exchange (IX) water filtration system to be delivered to Orangevale, California. The selected supplier will be responsible for the design, fabrication, factory assembly, and delivery of complete IX systems, including all mechanical components, vessels, piping, and instrumentation as outlined in the revised Statement of Work (SOW). This procurement is critical for ensuring effective water purification capabilities, emphasizing the government's commitment to supporting small businesses, particularly service-disabled veteran-owned and women-owned entities. Interested parties must submit their proposals by October 10, 2024, and direct any questions to Antonina Beal at antonina.beal@usace.army.mil by September 12, 2024.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    89--USBP Tucson Sector - Bottled Drinking Water Requirements
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking qualified small businesses to fulfill bottled drinking water requirements for the Tucson Sector. This procurement involves providing bottled water that meets or exceeds specified standards, essential for supporting operations in the region. The solicitation is set as a Total Small Business Set-Aside, with bids to be submitted via an online competitive reverse auction on the Unison Marketplace platform, which aims to enhance vendor participation and competitive pricing. Interested sellers must register on the platform and submit their bids by September 20, 2024, and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    H146-- Lab Testing Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to issue a sole-source contract to AmeriWater LLC for lab testing services, specifically focusing on contaminant, endotoxin, and microbial/bacterial testing, which are critical to the VA's operational requirements. This contract will span one base year with four option years, running from November 1, 2024, to October 31, 2029, and is being procured under the authority of 41 U.S.C. 253(c)(1) and FAR 6.302-1, designating AmeriWater LLC as the only responsible source due to the specialized nature of the services required. Interested parties are invited to submit a capabilities statement by October 3, 2024, at 8:00 AM CST to the VA's Contract Specialist, Marcus Sidney, via email at marcus.sidney@va.gov, with the understanding that registration with the System for Award Management (SAM) is mandatory for eligibility in government contracts.
    R--Notice of Proposed Contract Action
    Active
    Energy, Department Of
    The Department of Energy, specifically the NNSA Naval Reactors Laboratory Field Office, is proposing a contract action for an independent project review related to the Naval Examination Acquisition Project (NEAP). The objective is to negotiate a sole-source award with Independent Project Analysis (IPA) for their unique qualifications to provide critical analysis and recommendations regarding expected costs, risks, and planning for the project's detailed design and construction phases. This procurement is vital for ensuring informed decision-making prior to the Critical Decision 1 milestone. Interested parties may submit capability statements to Tyson Taylor at tyson.taylor@unnpp.gov, with the anticipated award date set for October 2024. The associated NAICS code is 541611, with a small business size standard of $24.5 million per year.