Security Maintenance
Agency: NAVSUP Fleet Logistics Center Jacksonville
Location: Jacksonville, Duval, Florida
NAICS: 811310
| Agency | Fleet Readiness Center |
|---|---|
| Deadline | 02/04/26 |
| Posted | 01/21/26 |
| Estimated Value | $500,000 - $2,500,000 (AI estimate) |
| Set Aside | Small Business |
| NAICS | 333310 - Commercial and Service Industry Machinery Manufacturing |
| PSC | 4610 - Water Purification Equipment |
| Location | Jacksonville, FL United States |
INTRODUCTION a. Commander, Fleet Readiness Centers, Procurement Group, Patuxent River, MD., is seeking potential vendors for the procurement of Industrial Process Water Treatment Supplies Blanket Purchase Agreement (BPA) in support of the Fleet Readiness Center Southeast (FRCSE). Fleet Readiness Center Southeast (FRCSE), located in Jacksonville, FL, is an industrial facility that reworks, repairs, and overhauls various aircraft, engines, and components in support of Naval Air Systems Command (NAVAIR). b. FRCSE is an industrial facility that reworks, repairs, and overhauls various aircraft, engines, and components. Many of the rework processes generate hazardous industrial process water. This industrial water requires treatment prior to being discharged or reused as Non-Potable Water (NPW). FRCSE requires supplies that fit current plant configurations to support the water treatment operations. The contractor shall provide all personnel, equipment, tank supplies, transportation, materials, supervision, and other items necessary to deliver activated resins contained within the appropriate vessels. The Government will be responsible for the actual hookup and installation of the vessel and all plant operations. The Contractor is not authorized to install or place portable vessels in service. The requirements are provided in the attached Statement of Work (SOW). c. This is a Sources Sought Market Survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. d. The estimated Period of Performance (PoP) is from 1 June 2026 - 31 May 2031. Place of Performance Percentage of Total Effort % On-Site Government Sums to 100% % Off-Site Contractor Jacksonville, FL. 100% 100% 0% DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.
It is anticipated that this will be a firm fixed price BPA. There is an existing BPA for the work: - N6883621A0003, Firm-Fixed Price
N/A ELIGIBILITY
PSC 4610 Water Purification Equipment
NAICS 333310 Other Commercial and Service Industry Machinery Manufacturing (includes water purification, softening, and treatment equipment manufacturing)
Please answer the following questions/provide the following feedback in your response to this RFI: - Please identify your company's business size based on the primary NAICS code of 333318. The small business size standard for this NAICS code is 1000 in number of employees. For more information refer to https://www.sba.gov/document/support-table-size-standards . - Please identify if your business is categorized as a small business by the SBA, or any of the following subcategories: a. Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. b. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB, please answer questions 2a & 2b. c. What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. d. If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? 3. Discuss your company's ability and experience to manufacture, test, and deliver to FRCSE, Industrial Process Water Treatment in the Statement of Work (SOW). 4. Provide confirmation that your company has or has access to all required documents specifications necessary to manufacture, test, and deliver to FRCSE, Industrial Process Water Treatment as described in the enclosed Statement of Work (SOW). Interested parties shall respond to questions 1-4 by 02:00 pm on 4 February 2026. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing. Submissions should be in Microsoft Word format e.g., Microsoft Office 2010 or newer). Page Limit: Submission should not exceed 5 pages one-sided, 8.5 X 11 inch pages (cover page does not count), font no smaller than 12 point and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to karen.m.harris36.civ@us.navy.mil and Beverley.s.rhamdeow.civ@us.navy.mil . Verbal responses are not acceptable and will not be considered.
Background The Commander, Fleet Readiness Centers, Procurement Group, located in Patuxent River, MD, is seeking potential vendors for a Blanket Purchase Agreement (BPA) for Industrial Process Water Treatment Supplies. This initiative supports the Fleet Readiness Center Southeast (FRCSE) in Jacksonville, FL, which is responsible for reworking, repairing, and overhauling various aircraft, engines, and components for the Naval Air Systems Command (NAVAIR). The FRCSE generates hazardous industrial process water during its operations that requires treatment before discharge or reuse as Non-Potable Water (NPW). The contractor will provide necessary supplies that fit current plant configurations to support these water treatment operations. Work Details The contractor shall deliver activated resins contained within appropriate vessels and provide all personnel, equipment, tank supplies, transportation, materials, supervision, and other items necessary for the operation. The Government will handle the actual hookup and installation of the vessel and all plant operations. The contractor is not authorized to install or place portable vessels in service. Specific requirements include: - Delivery of carbon and ion exchange resin tanks based on task order quantities. - Starting quantities must match current configurations plus onsite spares. - Delivery must occur no later than ten calendar days after receipt of BPA award. - Compliance with Resource Conservation and Recovery Act (RCRA) regulations during supply provision. - Treatment processes include Batch Fenton Reaction for oxidizing incoming constituents contributing to Chemical Oxygen Demand (COD) and ion exchange technology targeting hexavalent chromium. Period of Performance 01 June 2026 - 31 May 2031 Place of Performance Jacksonville, FL
| Contact name | Karen Harris |
|---|---|
| Contact email | karen.m.harris1@navy.mil |
| Contact phone | None |
| Secondary contact name | Beverley Rhamdeow |
| Secondary contact email | beverley.s.rhamdeow.civ@us.navy.mil |
| Secondary contact phone | None |
Agency: NAVSUP Fleet Logistics Center Jacksonville
Location: Jacksonville, Duval, Florida
NAICS: 811310
Agency: DLA Aviation
Location: Jacksonville, Duval, Florida
NAICS: 332813
Agency: USACE Jacksonville District
Location: Jacksonville, Duval, Florida
NAICS: Not Provided
Agency: Defense Health Agency
Location: Jacksonville, Duval, Florida
NAICS: 541690