DI Water System - NuStream Filtration
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting quotes for a Brand-Name NuStream Filtration De-ionized (DI) Water System for Robins Air Force Base, GA. This acquisition is a Total Small Business Set-Aside for a Firm Fixed-Priced contract, covering purchase, shipping, installation, start-up, and operational training for two DI water systems. Quotes are due by February 16, 2026, at 10:00 am EST.
Scope of Work
The contractor will provide and install two complete De-ionized (DI) water systems for the 402d Commodities Maintenance Group (CMXG) at Robins AFB, GA. Each system must include duplicate Reverse Osmosis (RO) skids and Electrolyzed De-ionization units, capable of producing a minimum of 25 gallons per minute (gpm) and running simultaneously for a peak flow rate of 40 GPM. The system must integrate with existing distribution pumps and control valves, fit within a 10'x10' equipment footprint (excluding clearances), and include de-scaling and chlorination injectors, and piping tie-ins. Deliverables also include start-up training, technical support for membrane replacement, and warranty services.
Contract Details
- Contract Type: Firm Fixed-Priced
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) for a Brand-Name NuStream Filtration system.
- NAICS Code: 333310 (Commercial and Service Industry Machinery Manufacturing) with a 1,000-employee size standard.
- Place of Performance: Building B20128, Robins Air Force Base, Warner Robins, GA 31098.
- Period of Performance: Delivery within 6 months of award. Installation work hours are typically 8:00 am to 3:00 pm EST, Monday-Friday, with potential for adjusted hours.
- FOB: Destination.
Submission & Evaluation
- Quotes Due: February 16, 2026, 10:00 am EST.
- Submission Method: Email to robert.robinson.53@us.af.mil. Fax quotes are not accepted.
- Quote Validity: 30 days after the response due date.
- Evaluation: Award will be made to the responsible offeror with the lowest price conforming to the solicitation. A pre-award survey will assess financial capability. Offerors must provide documentation demonstrating adequate financial resources.
- Required Submissions: Completed FAR 52.212-3 (Offeror Representations and Certifications).
Key Deliverables & Requirements
- Safety Plan: Contractor's Safety Plan (CDRL A004) required within 10 working days of award, using government-provided Appendix C.
- Training: Mandatory EMS Awareness Training (CDRL A002) and ISO 50001 EnMS Training (CDRL A003) for all personnel working on Robins AFB, with documentation submitted to CO/CSMO. Failure to comply may result in contract termination.
- Incident Reporting: Accident/Incident Report (CDRL A005) with initial notification within 4 hours of an incident.
- Compliance: Adherence to various Air Force and DoD regulations (OPSEC, COMSEC, NISPOM), Environmental Management Systems, and Affirmative Procurement Program.
- Clarifications: Government will provide existing pump/control valve details and water quality analysis. Electrical drops will be run based on equipment layout. Feedwater pipe is 2" PVC, outlet 1.5" PVC.