SOURCES SOUGHT
46 -- 46--PURE WATER SYSTEM
- Notice Date
- 6/4/2025 10:16:18 AM
- Notice Type
- Sources Sought
- NAICS
- 333310
—
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3025Q0046
- Response Due
- 6/23/2025 12:00:00 PM
- Archive Date
- 07/08/2025
- Point of Contact
- Abellon, Harris, Phone: 7022938590, Fax: 702293
- E-Mail Address
-
habellon@usbr.gov
(habellon@usbr.gov)
- Description
- This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. This is NOT a request for proposals and is NOT to be construed as a commitment by the Government. This information presented in this announcement will not obligate the Bureau of Reclamation in any manner. All businesses, regardless of size, capable of and interested in performing the proposed project may submit capability statements for consideration. Based upon response to this announcement and capability statements, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation or decide on an alternate procurement strategy. Information provided in response to this announcement is voluntary. The Government will not pay for any information submitted in response to these sources sought notice. The applicable North American Industry Classification System (NAICS) code is 333310, Commercial and Service Industry Machinery Manufacturing, and the Small Business Size Standard is 1,000 employees. The government is looking to award a Firm Fixed Price Purchase Order type contract. The Proposed Project The Bureau of Reclamation, Yuma Area Office (BOR, YAO), has a requirement for Water Purification Systems along with maintenance and service support for the Analytical Laboratory in Yuma, Arizona. General Requirements -Should be able to produce Type 2 Deionized Water and Type 1 Ultrapure Water -Water systems for Type 1 Ultrapure must be able to be wall mounted or be located under the lab bench area. -The water systems must have a display monitor that shows the water quality, water resistivity, maintenance alerts, and water level of the tank. -Lifetime of consumables, exhaustion status or consumables replacement due dates should be provided or recorded by the system. -The water system must include a leak detector to ensure the system shuts off the feed water at the hard pipe if water is detected around the system or floor. -An overflow sensor must be included to prevent flooding in the building. -The YAO analytical lab requires two (2) dispensing units with Type 1 Ultrapure water and one (1) dispensing unit with nine (9) output connections to our sinks with Type 2 Deionized Water. -The water systems must be able to produce the water quality we outlined under Section II from YAO�s building potable water source. The YAO potable water source is reverse osmosis treated, monitored by the analytical laboratory, and has the following quality: -Conductivity 100 � 1000 �S/cm -TOC less than 1 ppm -Total residual chlorine 0.70 � 1.2 mg/L -These systems must meet safety and environmental standards and must not be a source of additional hazardous waste to our lab. Water Quality Description/Specifications a. Type 2 Deionized Water General Requirements -Need to have a prefiltration system for particles and colloids. -Chlorine and organic molecules filtration. -Anti-scaling agent to prevent scale buildup and inhibits corrosion. -Have a way to prevent bacteria growth. -Have a system to remove remaining inorganic contaminants passing through the reverse osmosis membrane. -Water tank must be fully and automatically drainable. -The UV lamp must include a certificate of testing/validation and must be easily controlled from the water purification system. -Be able to provide at least 500 L per day. Type 2 Deionized Water Quality Specifications -Resistivity must be greater than 5.0 M�.cm -TOC must be less than 30 ppb -Ionic rejection must be from 95-99.4 % -Organic Rejection must be 99 % (> 200 Dalton MW) -Particle rejection must be 99 % -Conductivity must be less than 0.2 �S/cm -Chloride Ion must be less than 5 ppb -Sulfate Ion must be less than less than 1 ppb -Nitrate Ion must be less than 200 ppb -Bacteria must be less than 10 CFU/mL -Silica rejection must be greater than 99.9 % or less than 3 ppb -Zinc Ion must be less than 0.1 ppb -Sodium Ion must be less than 5 ppb -Dry residue must be less than 1 mg/Kg b. Type 1 Ultrapure Water General Requirements -Be able to effectively remove ions from the feed -Be able to remove trace organics -Polish any remaining ions in the water -Have high ion-exchange kinetics -Tolerance to minor changes in feed water quality. -Built-in mercury free UV lamp for photooxidation of trace organics. -Be able to remove organic radicals -Be equipped with a delivering system with a flow rate controller and volumetric dispensing to improve and increase the lab personnel productivity when preparing solutions, including volumetric solutions. This system must be adaptable to any size and shape of any lab solution or water container. -Be able to provide at least 25L per day Type 1 Ultrapure Water Quality Specification -Resistivity must be 18.2 M�.cm at 25 �C and the resistivity meter should provide a calibration certificate. -Microorganisms must be less than 0.01 CFU/mL -TOC must be less than 5 ppb -Particles bigger than 0.22 �m must not be present in our water. Deliveries are to the Bureau of Reclamation, Yuma Area Office, Analytical Lab at 7301 Calle Agua Salada, Yuma, AZ 85364. The capability statement shall address the work listed above and the offeror�s ability to meet the qualification requirements with this type of work. It should also describe previous procurements performed of similar size and complexity. Identify any potential supply chain issues Additionally, all responses to this source sought shall include company name, address, point of contact, phone number, email address, and unique entity ID number (formerly DUNS number). Provide business size and type; small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business, large, etc. Capability statements shall not exceed five pages in length. This information will be used to assist the Contracting Officer in terms of developing the appropriate procurement strategy for this acquisition. Should you be interested in this requirement, please submit a capability package to Harris Abellon, via email at habellon@usbr.gov. Capability statements are to be submitted no later than Monday, June 23, 2025, 12:00 PM Pacific Time. When it is determined that a formal solicitation will be issued, a solicitation notice will be posted on Contract Opportunities at sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/33fe9e106ade4fcd824b1bebc4ff5f6a/view)
- Record
- SN07466405-F 20250606/250604230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |