Chemical Water Treatment Services for Hydronic Systems

Agency: DEPT OF DEFENSE
State: North Carolina
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159372558737712
Posted Date: Feb 6, 2023
Due Date: Feb 21, 2023
Solicitation No: N6852023RFPREQ613000J0120
Source: Members Only
Follow
Chemical Water Treatment Services for Hydronic Systems
Active
Contract Opportunity
Notice ID
N6852023RFPREQ613000J0120
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
FLEET READINESS CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 06, 2023 10:02 am EST
  • Original Published Date: Feb 06, 2023 09:01 am EST
  • Updated Response Date: Feb 21, 2023 03:00 pm EST
  • Original Response Date: Feb 16, 2023 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Cherry Point , NC 28532
    USA
Description View Changes

This is a Sources Sought Announcement to identify interested companies capable of fulfilling the Government’s requirement for on-site Chemical Water Treatment Services for approximately 55 Hydronic Systems to include 4 downdraft water filtration dust collectors located at Fleet Readiness Center East (FRC EAST), Cherry Point, NC. The proposed requirement is described in the draft Performance Work Statement (PWS) Attachment 1. The location of equipment to be serviced is provided in Attachment 2. The period of performance is for one (1) Base period of 12 months and four (4) 12 month Option Periods. The estimated start date is 1 April 2023.



To learn more about location of where services are to be performed see: https://www.navair.navy.mil/frce/about



This requirement is a follow-on procurement to Purchase Order M6700122P1222, awarded 1 October 2022, to Southeastern Laboratories, Inc. located at 511 North Oak Forest Road, Goldsboro, NC 27534-8341.



The scope of the effort would provide chemical water treatment services to approximately 55 Hydronic Systems to include 4 downdraft water filtration dust collectors. A draft PBSOW is attached.



Specific locations of these systems is provided in the Draft Performance Work Statement-attached. The Contractor shall maintain the water quality of each system to accomplish the following four (4) goals: 1) Maximize the system heat transfer efficiency; 2) Minimize degradation of the system heat transfer surfaces and systems; 3) Monitor condition and wellbeing of system equipment components; 4) Minimize bacteriological growth and presence in systems.



The PSC is: J046- Maintenance, Repair and Rebuilding of Equipment-Water Purification and Sewage Treatment Equipment. The anticipated NAICS code for this acquisition is 238220-Plumbing, Heating, and Air Conditioning Contractors (with a Small Business Size of $19.0 Million.



Although this sources sought synopsis is not a request for competitive proposals or quotes, interested parties may submit capability statements via email to the Contract Specialist, Theresa Newbold at Theresa.i.newbold.civ@us.navy.mil. Capability statements should be no more than 10 pages in length. Include in your capability statement the following:



1) Comments/questions regarding the draft PWS



2) What type of work has your company performed in the past in support of the same or similar requirement?



3) Can or has your company managed a task of this nature? If so, please provide details.



4) What specific technical skills does your company possess which ensure capability to perform the tasks?



5) Respondents to this notice also must indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Women-Owned, Hub Zone or Service Disabled Veteran-Owned Small Business Concern.



6) Indicate your interest in a site visit.



Your response to this Sources Sought synopsis including any capabilities statement shall be submitted electronically to the Contract Specialist in Microsoft Word format, or Portable Document Format (PDF), at the following email address: theresa.i.newbold.civ@us.navy.mil



by 16 February 2023. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought Synopsis.



The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Vendors must be registered in the System for Award Management (SAM- https://www.sam.gov) prior to award.



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN. THIS POSTING DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO SOLICIT OR AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT/RFI/SYNOPSIS. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT/RFI/SYNOPSIS THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM ANY RELEASE OUTSIDE THE GOVERNMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
  • PATUXENT RIVER , MD 20670
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Mar 3, 2023[Presolicitation (Original)] Chemical Water Treatment Services for Hydronic Systems
Mar 15, 2023[Presolicitation (Updated)] Chemical Water Treatment Services for Hydronic Systems

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >