Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOURCES SOUGHT

99 -- Blanket Purchase Agreements (BPAs) for the Washington Aqueduct

Notice Date
4/17/2025 3:56:45 AM
 
Notice Type
Sources Sought
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR25X15Z5
 
Response Due
4/27/2025 8:59:00 PM
 
Archive Date
05/12/2025
 
Point of Contact
Erica Stiner, Leigha Arnold
 
E-Mail Address
erica.j.stiner@usace.army.mil, leigha.m.arnold@usace.army.mil
(erica.j.stiner@usace.army.mil, leigha.m.arnold@usace.army.mil)
 
Description
A. Introduction This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB), seeks to determine the interest, availability, and capability of potential sources to satisfy certain supply and incidental service needs of the Washington Aqueduct (WA). NAB requests capability statements from both large and Small Businesses. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not pay for any material provided in response to this market survey nor return the data provided and will not provide an evaluation to respondents. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The WA is a public water supply agency that produces an average of 135 million gallons of water per day at two treatment plants located in the District of Columbia. The mission of the WA is to collect, purify, and pump an adequate supply of water to its wholesale customers � DC Water, Arlington County, and Fairfax Water. The place of performance/delivery is the WA�s Dalecarlia and McMillan Water Treatment Plants in Washington, D.C. NAB intends to satisfy certain commercial supply and incidental service needs of WA by awarding firm-fixed price Blanket Purchase Agreements (BPAs) in six (6) separate categories. Each category may have a target of three (3) BPAs (total eighteen BPAs). Companies could be awarded one or more BPAs. Each BPA will have a five (5) year ordering period. NAB anticipates utilizing the FAR Part 12 Commercial Products and Services source selection procedures for FAR 13.5 certain commercial items. The primary NAICS codes for these procurements are: Industrial Supplies: NAICS 423840 Industrial Supplies Merchant Wholesalers, standard size 125 employees. Electrical and HVAC Supplies: NAICS 423610 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers, standard size 200 employees. Laboratory and Plant Operations Supplies and Equipment: 221310 Water Supply and Irrigation Systems, standard size $41.0M. Controls and Instrumentation Supplies: NAICS 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables, standard size 750 employees. Pumps and Pump Parts: NAICS 423830 Industrial Machinery and Equipment Merchant Wholesalers, standard size 100 employees. Gases: NAICS 325120 Industrial Gas Manufacturing, standard size 1,200 employees. The scope of the BPAs for each category entails providing the following: Industrial Supplies: These industrial supplies would include but not limited to pumps, motors, valves, gaskets, hoses, piping, light bulbs, power and hand tools, sockets & bits, test instruments, safety supplies, actuators, agitators, belts, bearings, gauges, controls, bushings, brackets, caps, centrifugal, and compressors. Master dollar limit $5.7M, Single order limit $249,000. Electrical and HVAC Supplies: Types of supplies needed include but are not limited to wires, pipes (i.e. PVC coated piping), distribution panels, bulbs, lamps, strip lights, lighting fixtures, contactors, protected devices (i.e. disconnectors), hardware, grounding rods, dimmer switches, strain relief baskets, motor starters/controls, overcurrent protection devices, etc. The supplies will be utilized for high and medium voltage electrical and HVAC equipment located in highly corrosive and high moisture environments. Master dollar limit $1.5M. Single order limit $50,000. Laboratory and Plant Operations Supplies and Equipment: Operational supplies used for analysis in the water treatment process, including laboratory testing supplies and equipment, chemicals, Chemkeys, various laboratory standards, solutions, and reagents for specimen collection, processing, and testing to ensure water is safe for drinking. Master dollar limit $5M. Single order limit $250,000. Controls and Instrumentation Supplies: Industrial process electronic measuring instruments used for monitoring and controlling water treatment and transmission operations, including multiple proprietary brands to ensure compatibility with current equipment. Master dollar limit $5M. Single order limit $249,000. Brand names required: Endress + Hauser, Rockwell Automation, Schweitzer Engineering, Allen Bradley, ABB, Eaton, Toshiba, Hach, Lovibond, In-Situ ChemScan, Swan Analytical, Benchmark Measurement, Limit Torque, Auma, Rotork, Trident Valve, Accusonic, Precision Digital, Teledyne Meridan, SignalFire, Siemens, Johnson Controls, and Reliable Controls. Pumps and Pump Parts: Vogelsang brand pumps and parts, particularly internal replacement parts and hoses. Procurement of various bredel hoses, bearings, seal kits, assemblies, gaskets, tubing, rotary lube pumps, apex pumps, nozzles, mechanical/shaft/pump seals, pump shaft, roller bear, locking plate, spur gear, wear plate, retaining rings, lobe kits, applicable parts and accessories for our Vogelsang equipment. Master dollar limit $1.36M, single order limit $150,000. Gases: Includes propane, argon, acetylene, oxygen, and carbon dioxide. Master dollar limit $550,000. Single order limit $20,000. B. Capabilities Interested vendors should submit their response using the form. Vendors may submit for one or more BPA categories by completing one response form. Company/Entity name, address, phone number, and Point of Contact name, title, and email address. Indicate business size in relation to each NAICS code you are capable of supplying. Provide your company's System for Award Management (SAM) Unique Entity Identifier (UEI) and Cage Code number, if available, and state if your company is a Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Please see https://www.sam.gov/ for additional registration information. Provide a description of your capabilities for providing one or more of the BPA categories supplies described above and provide a single point of contact to act as the BPA account manager. Include at least two (2), but no more than three (3), examples of past contracts or orders providing supplies for each category you are submitting a capability statement. The examples should include the amount of the order, date, delivery location and customer, and types of supplies. What is the primary nature of your business (e.g. manufacturer, authorized dealer, third-party seller, etc.)? Do you have experience providing supplies to customers in the Washington, D.C., region (provide your service delivery area)? What is your ability and timeframe from receipt of order to deliver products? Do you have an online catalog and/or ordering portal? C. Response Submission Submit your response by 11:59 pm ET on 27 April 2025 by completing the form: https://forms.osi.apps.mil/Pages/ResponsePage.aspx?id=unZN_HzxUEy5p48xY9J1gsk_uNyiGaJCijwYvATxyS1UMDQzMVZFTTROMzRBWkZBNEtZUjBXQjFXVC4u If there are general questions as you prepare a response, contact Contract Specialist Erica Stiner, erica.j.stiner@usace.army.mil. Comments will be shared with the Government project team, but otherwise will be held in strict confidence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ff147e037a64473a1448def3ffe88e5/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07413663-F 20250419/250417230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.