Sodium Hypochlorite IDIQ Contract - Washington Aqueduct
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 Army, W2SD ENDIST BALTIMORE, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to furnish Sodium Hypochlorite for the Washington Aqueduct's Dalecarlia and McMillan water treatment plants (WTPs) in Washington, D.C. This is a Total Small Business Set-Aside opportunity. Offers are due by April 1, 2026, at 02:00 PM EST via a reverse auction on the Unison Marketplace.
Scope of Work
The contractor will be responsible for supplying bulk liquid Sodium Hypochlorite (12.5% Trade Strength) that conforms to ANSI/AWWA Standard B300 and is certified to NSF/ANSI Standard 60. Deliveries are required in single-unit tank trucks, with each load approximately 45,000 pounds (not to exceed 4,900 gallons). The product must be clear, straw-colored, and free from impurities. Key requirements include:
- Maximum annual quantities: 1,100 tons (Dalecarlia WTP) and 900 tons (McMillan WTP).
- Maximum total contract capacity: 10,000 tons over five years.
- Routine deliveries Monday-Friday, with emergency deliveries possible within 24 hours.
- Sodium Hypochlorite must not exceed 72 hours from manufacture prior to shipment and must be delivered at or below ambient temperature.
- Delivery drivers must possess a valid commercial driver's license with HAZMAT endorsements.
- Contractor must provide an Accident Prevention Plan (APP) upon award and specific documentation for each delivery.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) IDIQ contract.
- Period of Performance: Five (5) years (60 months), anticipated from September 1, 2026, through August 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 325180, Size Standard: 1000 employees.
- Place of Performance: FOB destination to Dalecarlia WTP and McMillan WTP in Washington, D.C.
- Offers Due: April 1, 2026, at 02:00 PM EST.
- Questions Due: March 13, 2026, at 11:00 AM EST (email to primary contact).
- Published Date: February 27, 2026.
Submission & Evaluation
This acquisition will be conducted as a reverse auction on the Unison Marketplace website. The evaluation criteria will follow a Lowest Price Technically Acceptable (LPTA) approach. Proposals will be assessed based on:
- Technical Capability: Meeting SOW requirements and Volume I of the Addendum to FAR 52.212-1.
- Past Performance: Recent and relevant experience within the last three years.
- Price: Total of all Contract Line Item Number (CLIN) prices. The contract will be awarded to the responsible offeror with the lowest price, technically acceptable proposal.
Additional Notes
All questions must be submitted via email to the primary contact. Offerors are advised to review all incorporated FAR and DFARS clauses and provisions.