Gamble III (GIII) De-Ionized Water System
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 Naval Research Laboratory (NRL) is conducting market research through a Sources Sought Notice (SSN) to identify potential sources capable of providing a Gamble III (GIII) De-Ionized Water System. This RFI is for informational and planning purposes only and does not constitute a solicitation. Responses are due by April 24, 2026.
Scope of Work
The requirement is for a complete De-Ionized (DI) Water System, including design, cost, and installation, for the Gamble III machine. The system must ensure a continuous supply of high-purity water and include:
- Pretreatment filtration, Reverse Osmosis (RO) membrane, deionization equipment, distribution pumping, and advanced PLC controls.
- Automated functionality with continuous performance monitoring, reactive alarms, and data logging.
- Communication with Ignition software via Ethernet.
- Hydrocarbon adsorption for transformer oil removal from evacuated water.
- Factory-assembled on skids for minimal field preparation.
- Installation at NRL Building 256, Rooms 152 and 153, Washington, DC, with specific piping and electrical requirements.
- Includes a 10,000-gallon storage tank and smaller 275-300 gallon buffer/processing tanks.
- Mandatory site visit for all potential vendors.
- Installation personnel must be U.S. Citizens.
Performance Standards: Minimum 7 Gallons Per Minute (gpm) production, >18-MOhm-cm Resistivity, 98-99.6% RO membrane rejection, 90-92% deionization recovery, and specific limits for TOC, Chloride, Silica, and Free Chlorine.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (RFI)
- Contracting Office: NRL, Washington, DC
- Place of Performance: NRL-DC and Contractor Facility
- PSC Code: 4610 (Water Purification Equipment)
- NAICS Code: 334516
- Posted Date: April 13, 2026
- Response Due Date: April 24, 2026
- Installation Timeline: 12-18 months after contract award, with final commissioning 12-36 months after award.
Submission Requirements
Interested parties must submit a Capability Statement (no more than 10 pages) via email to maximilian.r.fritts.civ@us.navy.mil. The statement must include:
- Contact Information: Company Name, Address, POC, Phone, Email, DUNS, CAGE Code, PSC Code of proposed solution, Business Size/Socioeconomic Categories.
- Technical Information: Capabilities/resources relevant to the attached requirements.
- Commerciality: Whether the proposed item is commercial, with evidence of sales/leases.
- Product Description: How the product meets/exceeds specifications, including a product brochure.
Additional Notes
This is not a solicitation, and the Government assumes no financial responsibility for costs incurred in responding. Requirements are preliminary and subject to modification. No telephone responses will be accepted.