WATER TREATMENT CHEMICALS FOR BOILERS, COOLING TOWERS AND CIRCULATED WATER SYSTEMS
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 U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is conducting market research through a Sources Sought Notice to identify qualified Small Businesses for Water Treatment Chemicals and Services at U.S. Army Garrison Aberdeen Proving Ground, Maryland. This requirement covers boilers, cooling towers, and circulated water systems. Responses are due January 23, 2026.
Scope of Work
This is a non-personal services contract for comprehensive water treatment chemical services. The work involves providing chemicals, labor, tools, materials, equipment, and technical expertise to control scale, corrosion, and organic growth within treated systems. Key tasks include continuous water analysis, setting/adjusting chemical feed pumps, supplying and dispensing chemicals, monitoring chemical levels, analyzing water quality (raw, makeup, feed), adjusting water softener controls, regenerating softeners, adding salt/resin, adjusting blow-down controllers, and making recommendations for optimum water quality. The services support the Directorate of Public Works (DPW) across various APG locations, including Aberdeen, Edgewood, Graces Quarters, Churchville, Adelphi, and Blossom Point.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 325998 – All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Set-Aside: Total Small Business Set-Aside (for market research purposes)
- Response Due: January 23, 2026, 5:00 PM EST
- Published: January 15, 2026
Special Requirements & Evaluation
This notice aims to determine if responsible sources exist, assess competition, evaluate set-aside potential, and inform future acquisition strategy. Respondents should indicate their business size and status. Key requirements from the draft PWS include:
- Contractor must be ISO 9001:2008 certified.
- Minimum ten years of experience servicing boiler and cooling water systems.
- Possess ASSE12080 Legionella Water Safety and Management Specialist Certification.
- On-site support personnel must have a minimum of five years of experience.
- All chemicals must be EPA compliant; chromates, molybdate, chlorine, zinc, and other heavy metal compounds are prohibited.
- Contractor must provide a drum recycling and elimination program and secondary containment for all containers.
- Contractor must provide a certified list of active ingredients for all products.
Submission Instructions
Interested businesses must submit a capabilities statement (no more than 10 pages, 8.5 x 11-inch format, font size no smaller than 12 point, bullet format preferred) demonstrating their ability to perform the described services. Vendors must be registered in SAM.gov. This is for informational and planning purposes only and is not a solicitation.
Contact Information
- Primary: Margaret (Maggie) Keelty (margaret.v.keelty.civ@army.mil)
- Secondary: Barbara Cousins (barbara.d.cousins.civ@army.mil)