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 Air Force Sustainment Center PZIMA, Robins AFB, GA, is seeking quotes for a Brand-Name NuStream Filtration DI Water System. This is a streamlined combined synopsis/solicitation issued as a Request for Quotes (RFQ) for commercial items. The acquisition is a Total Small Business Set-Aside and will result in a Firm Fixed-Priced award. Quotes are due by February 16, 2026, at 3:00 PM UTC (10:00 AM EST).
Scope of Work
The requirement is for the purchase, installation, start-up, and operational training of two (2) De-ionized (DI) water systems for the 402d Commodities Maintenance Group (CMXG) at Robins Air Force Base, GA. Each system must produce a minimum of 25 gallons per minute (gpm) and be capable of simultaneous operation. Key components include duplicate Reverse Osmosis (RO) skids, Electrolyzed De-ionization units, a step-down transformer, anti-scaling assembly, chlorine destruct assembly, and a dual alternating lead/lag controller. The system must integrate with existing distribution pumps and control valves and fit within a 10'x10' space. Piping tie-ins to existing water supply and distribution are also required.
Contract Details
- Contract Type: Firm Fixed-Priced
- Period of Performance: February 2, 2026 – February 1, 2027 (for services/warranty, delivery within 6 months of award)
- FOB: Destination
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) with a Brand-Name requirement for NuStream Filtration.
- NAICS Code: 333310 (Commercial and Service Industry Machinery Manufacturing) with a 1,000-employee size standard.
Submission & Evaluation
Quotes must be submitted via email to robert.robinson.53@us.af.mil by the deadline. Fax quotes will not be accepted, and late or incomplete quotes will be deemed non-responsive. All quotes must be valid for 30 days. Award will be made to the responsible offeror with the lowest price conforming to the solicitation. A pre-award survey will be conducted through DCMA to determine financial capability, and offerors must provide documentation demonstrating adequate financial resources.
Key Deliverables & Compliance
Contractors must comply with several Contract Data Requirements Lists (CDRLs), including:
- Contractor's Safety Plan: Draft due within 10 working days of award, using government-provided Appendix C.
- EMS/EnMS Training: Mandatory Environmental Management System (EMS) Awareness Training and ISO 50001 Energy Management System (EnMS) Status Report for all personnel working on Robins AFB. Documentation of completion is required.
- Accident/Incident Report: Required within four hours of an incident, with follow-up reports.
- General Compliance: Adherence to FAR and DFARS clauses (including 52.212-3 for representations and certifications), security requirements, and invoicing via PIEE/WAWF.
Contact Information
- Primary: Robert Robinson (robert.robinson.53@us.af.mil)
- Secondary: Joshua Sharpe (joshua.sharpe.6@us.af.mil)