High Quality Water & Demineralized Feedwater
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 Navy, specifically the Norfolk Naval Shipyard (NNSY) GF, is soliciting proposals for High Quality Water & Demineralized Feedwater services. This opportunity involves the rental of mobile demineralizer rigs to provide highly purified water for plant maintenance on nuclear-powered ships at Norfolk Naval Shipyard (Portsmouth, VA) and Naval Station Norfolk (Norfolk, VA). The contract will be a Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) with a Base Year and four Option Years. This acquisition is UNRESTRICTED. Proposals are due by March 2, 2026, at 12:00 PM Local Time.
Scope of Work
The contractor will provide demineralizer rigs capable of processing an estimated maximum of 16,500 gallons daily (8,250 gallons per location) and 6,022,500 gallons annually across both sites. The projected need is four rigs for NNSY and six for NSN. Rigs must meet stringent water quality specifications (e.g., conductivity <= 2.5 micromhos/cm, pH 6.0-8.0, chloride <= 0.1 ppm, silica <= 0.2 ppm) and operational requirements, including specific equipment (activated charcoal filters, demineralizer resin beds, conductivity monitoring), flow rates (50-200 gpm), and physical/connectivity standards. The contractor is responsible for rig operation, maintenance, and regeneration.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: Base Year (April 6, 2026 - April 5, 2027) plus four Option Years.
- Set-Aside: UNRESTRICTED
- NAICS Code: 532490 (Rental and Leasing of Construction Machinery and Equipment)
- Evaluation: Lowest Price Technically Acceptable (LPTA), considering Price, Technical Acceptability, and Past Performance.
Submission & Evaluation Requirements
Bidders must submit a comprehensive proposal including a completed Standard Form 1449, a detailed price breakdown, a Technical Acceptability Certification Form (Attachment 5), a Technical Plan, a Past Performance Information Form (Attachment 2), and a Past Performance Questionnaire (Attachment 3). The Technical Acceptability Certification is critical, requiring bidders to confirm their rigs meet all specified technical capabilities and water quality standards. The Government's Quality Assurance Surveillance Plan (QASP, Attachment 4) outlines performance metrics and monitoring methods, which bidders should review to align their quality control plans.
Key Contacts
- Primary: Eduard C. Popov (eduardcatalin.popov.civ@us.navy.mil)
- Secondary: CHAD GODWIN (chad.r.godwin.civ@us.navy.mil)