Search Contract Opportunities

Water Purifcation Services

ID: N0017326P1301268184A • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 Effective: 10/01/2025

This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561210, with a small business size standard of $47,000,000.
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is J046.

The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase :

All interested companies shall provide quotations for the following:

Water Treatment Purification Maintenance

X See specification attachment

Supplies: BRAND NAME OR EQUIVELENT

Items must be brand name or equal in accordance with FAR 52.211-6.

Software/Hardware/Services:

This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.

Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions

Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.

Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items.

Delivery Address:

X U.S. Naval Research Laboratory

4555 Overlook Avenue, S.W.

Bldg. 49 Shipping/Receiving

Code 3400

Washington, DC 20375

**FOB DESTINATION IS THE PREFERRED METHOD**

Estimated Delivery Time: __________________

For FOB ORGIN, please provide the following information:
FOB Shipping Point: _______________________
Estimated Shipping Charge: _________________
Dimensions of Package(s): ____________________
Shipping Weight: __________________________

SUBMISSION INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your company DUNS Number and Cage Code on your quote.

All quotations shall be sent via e-mail.

GOVERNMENT POINT OF CONTACT

Purchasing Agent Name: Elizabeth C Harley

Email: elizabeth.c.harley.civ@us.navy.mil

Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.

The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.

Table A-1. Technical Acceptable/Unacceptable Ratings:

Rating

Description

Acceptable

Quote meets all the minimum requirements/specifications as stated or provided in the RFQ specifications.

Unacceptable

Quote does not clearly meet the minimum requirements/specifications as stated or provided in the RFQ specifications.

Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Exceptions. Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.

Background
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase water treatment purification maintenance services and equipment. This procurement is part of their mission to maintain and enhance their research capabilities through reliable water purification systems. The contract is set aside for small businesses under a Firm-Fixed-Price (FFP) basis, emphasizing the need for new equipment only, with no remanufactured or gray market items accepted.

Work Details
The contractor will be responsible for providing water treatment purification maintenance services which include:

1. Preventive Maintenance Agreement for the water purification systems located in the NRL Lab for Autonomous Systems Research Bldg 271.

2. Monthly service visits for 12 consecutive months, including:
- Replacing consumables and exchanging DI tanks on the high purity water system.
- Rebedding carbon and softener tanks on the high purity water system.
- Inspecting and recording operating conditions on service reports for both high purity central water systems and rainwater systems.

3. Annual sanitization of the high purity central system reverse osmosis unit, storage tank, and loop.

4. Specific tasks include:
- Monthly: Replace (1) P5-20 filter; record information on service report with any adjustments and recommendations noted.
- Every 3 months: Replace (12) FPMB50-30 filters; record information on service report with any adjustments and recommendations noted.
- Every 6 months: Replace four (4) WaterTEC0.2-10PE filters on high purity skid and (1) WaterTEC0.2-10PE on fogger system; rebedding of (4) 3.6 mixed bed deionization tanks; record information on service report with any adjustments and recommendations noted.
- Annually: Replace various UV lamps and quartz sleeves, O-rings, Teflon washers; rebedding of high purity water system carbon tank and softener; sanitization of high purity water central system reverse osmosis unit, storage tank, and loop; record information on service report with any adjustments and recommendations noted.

Period of Performance
The performance period includes monthly service visits over a span of 12 consecutive months following the date of contract award.

Place of Performance
U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375.

Overview

Response Deadline
Dec. 8, 2025, 9:00 a.m. EST Past Due
Posted
Dec. 5, 2025, 11:46 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20375 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 2 days, below average for the Naval Research Laboratory. 67% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 12/5/25 Naval Research Laboratory issued Synopsis Solicitation N0017326P1301268184A for Water Purifcation Services due 12/8/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC J046.
Primary Contact
Name
Elizabeth Harley   Profile
Phone
(202) 923-1249

Documents

Posted documents for Synopsis Solicitation N0017326P1301268184A

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N0017326P1301268184A

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0017326P1301268184A

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0017326P1301268184A

Experts for Water Purifcation Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > ONR > ONR NRL > NAVAL RESEARCH LABORATORY
FPDS Organization Code
1700-N00173
Source Organization Code
100255323
Last Updated
Dec. 9, 2025
Last Updated By
elizabeth.c.harley.civ@us.navy.mil
Archive Date
Dec. 9, 2025