Opportunity

SAM #697DCK-26-R-00274

FAA Minneapolis ARTCC Water Treatment Services Solicitation

Buyer

FAA Regional Acquisition Services

Posted

May 07, 2026

Respond By

May 22, 2026

Identifier

697DCK-26-R-00274

NAICS

221310, 562910

The Federal Aviation Administration (FAA) is seeking a contractor to deliver a comprehensive water treatment service program for the Minneapolis ARTCC (ZMP) facility in Farmington, Minnesota. - Government Buyer: - Department of Transportation, Federal Aviation Administration (FAA), Minneapolis ARTCC (ZMP) - Scope of Work: - Design and implement water treatment for all boiler systems, cooling towers, heating water circulating systems, and chilled water systems - Provide all necessary chemicals, testing reagents, and equipment - Furnish scale and corrosion inhibitors (PTA, HEDP phosphonates, dispersants, tolytriazole, organic tracer), biocides (non-ionic isothiazoline, stabilized bromine), and closed loop treatment chemicals (nitrite/molybdate, molybdate/phosphonate combinations) - All chemicals must be available on the GSA schedule and preferably supplied in bulk storage containers - Service Requirements: - Professional service personnel with regular facility visits - Training for FAA environmental technicians using various media - Thorough monitoring, reporting, and annual business reviews - Emergency response availability and provision of safety data sheets - In-house laboratory capabilities for corrosion coupon analysis, water analysis, deposit analysis, microbiological analysis, ion exchange resin analysis, fuel oil analysis, and metallurgical analysis - Notable Requirements: - Contractor must have ISO 9001:2000 certification - Minimum ten years of experience and annual sales exceeding $15 million - Technologies Referenced: - PTA, HEDP phosphonates, nitrite/molybdate combinations, isothiazoline biocides - No specific OEMs or part numbers are mentioned; all chemicals must be available on GSA schedule.

Description

Farmington, Minnesota

January 20, 2026

SCOPE OF WORK

A. General Requirements: The Contractor shall design and provide a complete service-oriented water treatment program for all boiler systems, cooling towers, all heating water circulating systems, and all chilled water systems that will accomplish the following results: Reduce fuel and electrical consumption through improved heat transfer efficiency by minimizing scale, corrosion, fouling and microbiological growth. Minimize the repair and maintenance costs associated with replacement and cleaning of equipment due to scale, corrosion, fouling and microbiological growth. Provide professional knowledgeable and involved service personnel to ensure program success. Accurately monitor program results and provide appropriate recommendations with quantifiable personnel. Provide thorough training to all building Environmental Technicians on the implementation and control of the program. The Contractor shall furnish all chemicals, testing reagents and equipment to properly treat all applicable systems, as indicated above. B. Specific Requirements The Contractor shall be responsible for all the following areas: Program Goals: The water treatment program will provide scale and corrosion protection for condenser water system, cooling towers, chillers and chilled water systems, deaerator, condensate lines, and closed hot water loops. Contractor Commitment: Contractor’s chemical program and consulting service are to produce clean heat transfer surfaces, which are substantially freed of scale, sludge, deposits, corrosion, pitting and biological growth when treatment is administered in accordance with Contractor’s directions and recommendation. Representative Experience: The Contractor will provide sufficient personnel including a direct supervisor to represent the company in dealing with the FAA. All representatives shall be full-time employees of the Company. Representatives shall be familiar with all aspects of water treatment and have as a minimum a Bachelor of Science degree in chemistry or chemical engineering from an accredited university. Only these individuals shall represent the Contractor regarding services for this Service Agreement. Service Level and Response Time: A representative shall visit the facility every two weeks. All chemicals and products shall have the capability of ordering on-line. Delivery to the site shall be no greater than 24 hours from the time the order is placed. At minimum, the representative will conduct independent tests, review the facility's monitoring and control program and will submit written reports on program status/trends with recommendations for improvement. All trucks coming onto the FAA site shall be inspected on arrival and on exiting the facility. Trucks leaving the facility shall be empty, unless special approval is obtained from the FAA. Trucks shall only carry chemicals and/or products for the FAA facility. Distributors of these reports will be determined by the Federal Aviation Administration. Please include an example of a written service report. Contractor shall operate under a GSA number. All water treatment chemicals recommended by the Contractor must be available on the General Services Administration (GSA) schedule. Appropriate GSA ordering information should be provided. Representatives and a direct supervisor of the Contractor must be available for calls on specific problems should they occur. The representatives shall be available to the FAA within 24-hour notice, and under emergency circumstances, should be able to visit the facility within two (2) hours after being notified. Program Administration: In order for FAA personnel to have quick access to technical and safety information regarding the water treatment program, the Contractor will provide an Administration Notebook. At very least, this notebook must contain an outline of the chemical program, all chemical control test procedures, log sheets, product bulletins, material safety data sheets, feed and control equipment specifications, and service reports. Provide an example of this with the proposal. Subcontractors: The Contractor shall not use any subcontractors in any portion of service other than those associated with the equipment. Drum Handling and Disposal: The Contractor shall eliminate the need for the FAA to handle any chemicals or chemical drums and eliminate the need for the FAA to dispose of empty drums. The Contractor shall also have the ability to transport chemical containers up or down three flights of stairs. Provide a description of your company's approach to addressing this issue. Training: The Contractor shall provide training sessions for FAA personnel as needed; videotapes, DVDs, flip charts, and workbooks will be used to ensure maximum impact. This training will include how to perform tests and monitor chemical program results, how to work safely with chemical products, and general training regarding boiler and cooling systems. Provide an example of training programs you use in other facilities. Efficiency Monitoring: Contractor shall conduct boiler and chiller efficiency studies. These studies must highlight efficiency losses and the costs associated with any inefficient operations. Computer printouts and/or written reports are required for each study. Include an example of efficiency studies you have performed. Company: The contracting company shall meet ISO 9001:2000 certifications, valid in the following areas: Design, Manufacturing, Sales, and Customer Support of industrial chemicals, water treatment chemicals, and chemical application equipment. Efficiency: Overall boiler efficiency, chiller efficiency, evaporator efficiency, and condenser efficiency must be reported at least once per quarter. Health and Safety: The Contractor shall provide Safety Data Sheets to ensure a safe work environment for FAA personnel and to comply with all state and federal laws concerning the handling of hazardous materials. The Contractor shall ensure that a Safety Data Sheet accompanies all first-time orders, and existing onsite products' Safety Data Sheets are current. The Contractor shall provide a 24-hour, 7 days per week emergency telephone number, which can be called for emergency information regarding chemical spills and/or accidents involving contractor products. Include a copy of an SDS and a description of the emergency phone network your company offers. Troubleshooting Capabilities: The Contractor shall have laboratory facilities capable of performing a wide array of analytical work to facilitate monitoring, control, and troubleshooting of FAA Facility's systems. The Contractor shall provide all laboratory services. Subcontracted work or the use of independent laboratories is not allowed unless specifically authorized by FAA. Laboratory services which shall be available include corrosion coupon analysis, water analysis, deposit analysis, microbiological analysis, ion exchange resin analysis, analyx cartridge analysis, fuel oil analysis, and metallurgical analysis. Describe the capabilities of your in-house laboratory support. On-Site Microbiological Testing: The Contractor shall have the capability of quantitatively determining organism levels within 30 minutes of making a water sample and reporting the results in colony forming units per volume of sample. The Contractor shall provide this test to the FAA so that a clean system can be maintained without having to overfeed biocide. Include a copy of the analytical procedure you would provide to meet this requirement. Monitoring and Control: The Contractor will provide a comprehensive chemical testing program with written instructions and test procedures for all control tests. The Contractor shall provide a summary chart with frequency and time of day for each test. Testing reagents for all on-site water testing shall consist of pre-measured packages. The FAA technicians shall not have to handle any testing chemicals. Feed and Control Equipment: The Contractor shall utilize the Facility's existing chemical feed or control equipment. The Contractor shall review the benefits of installing new equipment and discuss any savings the FAA will realize as a result. Annual Business Review: The Contractor must present a yearly review of the treatment program, ninety (90) days prior to the expiration of the Service Agreement. The Contractor's representative shall at this time meet the designated representative of the FAA to discuss all treatment programs, their effectiveness, and future objectives. Provide two examples of past reviews your company has performed. Idle Systems: Contractor’s representatives shall be responsible for recommending treatment dosages and methods for protecting idle systems such as laying up of boilers during summer months and laying up of air conditioning systems during winter months. Cooling Tower Inspection: The representative shall inspect all major cooling towers twice per year to examine for biological growth foam, sludge, cooling tower deterioration, etc. Boiler/Chiller Inspection: Contractor’s Representative shall inspect the boilers and chillers annually when they are open for inspection by the FAA or other unscheduled openings. Photographs of equipment internals must be taken and ongoing records with photographs must be kept. The representative shall be notified of these openings two weeks in advance. Special Studies: Contractor shall conduct corrosion studies in critical systems at least annually to ensure program performance. Frequency may be increased as corrosion problems surface. Oxygen studies must also be performed on the deaerator boiler feed water to minimize corrosion problems in the boiler system. Elution studies must be performed on the water softeners to help reduce boiler scaling and improve heat transfer efficiency, where applicable. Water Conservation: The Contractor shall make every effort to maximize cycles of concentration in both boilers and cooling towers to minimize water consumption. All chemicals will be liquid in form and manufactured and packaged by the Contractor. Contractor Qualifications: The company that provides these services must be in the business of providing technical support, equipment, and chemicals for water treatment. The company shall have been in business for a minimum period of ten years with annual sales in excess of 15 million dollars. The representative of the company who will provide these services shall be a full-time employee with experience in evaluating similar systems and in developing successful water treatment programs. The representative shall have at least five years of experience in this field and a minimum of a Bachelor of Science degree in chemistry or chemical engineering from an accredited university. The Contractor must provide the following for evaluation along with their proposal: An annual report or other documentation that provides annualized sales and years the company has been in business must be provided to the Contracting Officer with the proposal. At least two examples of successful water treatment programs that the contractor has developed in the Minneapolis/St Paul, MN area. A sample water treatment system survey report.

C. In-House Research and Laboratory Back-up/Support The successful contractor shall have major in-house lab capabilities to assist in the solution of problems which may arise. Evidence of laboratory capability and a typical analysis must be submitted with the proposal and shall include at least: Corrosion coupon analysis Microbiological analysis Water analysis Deposit analysis Metallurgical failure analysis Minimum laboratory equipment must include: Scanning electron microscope Transmission electron microscope Atomic absorption spectrophotometer X-ray fluorescence spectrophotometer Total carbon, hydrogen, nitrogen analyzer X-ray diffractometer Gas chromatograph Automatic colony counter INDEPENDENT TESTING: In the event the FAA finds it necessary to further test the system, an independent testing lab shall be retained. If the results show that the intent of the specification has not been met, the contractor shall bear the expense of this test. Chemical Treatment Program Requirements - COOLING      1. SCALE AND CORROSION CONTROL CHEMICAL: The chemical treatment shall be a single multifunctional liquid product. The blend of active ingredients shall include at least: PTA (Phosphono-butane-tricarboxylic acid) or HEDP (Hydroxy-ethylidene diphosphonic acid) phosphonates Dispersant Tolytriazole Organic tracer The final blend shall be alkaline, and the chemical shall be implemented to meet the following specifications in tower systems: Farmington: 1800 < TDS < 2200 100 < Alkalinity < 400 700 < Calcium Hardness < 900 Microbio Counts < 100,000 CFUs 5 < Organophosphonate < 6 Product bulletins, which outline capability of meeting these requirements, shall be submitted with the proposal. No treatments containing heavy metals will be considered for the cooling tower treatment or my application other than closed systems. 2. APPLICATION: The chemicals will be introduced into the system by existing proportional pumps adjusted to maintain a level of chemical measured in ppm of material in 1000 gallons of city make-up water when concentrated four (4) times (4 Concentrations on Farmington water). The contractor will provide condenser system anti-foaming agent. This product will be onsite at all times and be added to the system to eliminate sump foaming. The anti-foaming agent may be added by existing proportional pump or manually. 3. SERVICE PROGRAM: The successful Contractor shall provide written procedure indication of concentration of chemical and method of testing to verify that concentration. The Contractor shall conduct an annual survey of the Federal Aviation Administration condenser loops. Testing and recommendations will be furnished by the Contractor to ensure the loops are maintained at turbidities below 100 NTU, corrosion rates below <0.5 NPY on copper and <2.5 NPY on mild steel coupons. In addition, the following minimum chemical levels will be maintained. The copper and mild steel coupons shall be tested every 90 days to monitor corrosion rates. If condenser tubes or cooling towers become coated or fouled, the contractor shall have the system cleaned or repaired at their own expense. 4. QUOTATION - SCALE AND CORROSION INDICATOR a. The dosage and unit cost of scale and corrosion treatment shall be based on cycles of concentration and on 1,000 gallons make-up. b. Chemicals must also be available in a bulk storage container with full containment basins which would totally eliminate the use of drums and the need for Federal Aviation Administration personnel to be involved with the delivery process of the chemicals. The successful Contractor shall submit information describing their ability to meet this requirement should FAA decide to take this route in the future. B. BIOLOGICAL CONTROL PROGRAM 1. Chemical: The chemical treatment program shall consist of non-oxidizing, non-ionic, non-ionic isothiazoline based biocide and an oxidizing stabilized bromine biocide. The microorganisms must be kept below 100,000 organisms per ml. Cationic biocides will not be considered. 2. Application: The chemical treatment will be applied by feeding at the intervals recommended by the Contractor by use of a pumping system to eliminate handling of the chemical. 3. Service Program: The Contractor shall submit written procedures for testing the effectiveness of the micro biocide program. The field test must be done by Federal Aviation Administration personnel once per week on all systems and be accurate from less than 100,000 organisms/ml to 10,000,000 organism/ml. Submit a description of method available. 4. QUOTATION - MICROBIOLOGICAL CONTROL: a. Non-ionic biocide            i. ppm product in condenser water            ii. Pounds per 10,000 gallons volume            iii. $ per pound            iv. Number of applications per week            v. $/10,000 gal treated b. Oxidizing biocide            i. ppm product in condenser water            ii. Pounds per 10,000 gallons            iii. $ per pound            iv. Number applications per week            v. $/10,000 gal treated c. Both biocides shall also be available in a stainless-steel bulk storage container with full containment basin which would totally eliminate the use of drums and the need for Federal Aviation Administration personnel to be involved with the delivery process of the chemicals. The successful Contractor shall submit information describing their ability to meet this requirement should Federal Aviation Administration decide to take this route in the future. C. CLOSED LOOP TREATMENT 1. Chemicals: The chemical treatment program to be used in each facility will vary from building to building, based on present loop condition, temperature, currently used temperature, and make-up to the system. The technologies which will be acceptable to the Federal Aviation Administration in general are as follows: One drum Nitrite/Molybdate combination, which includes polyacrylate dispersants, tolytriazole, and a pH buffer. One drum Molybdate/Phosphonate combination, which includes polyacrylate dispersants, tolytriazole, borate, and a pH buffer. 2. Application: The chemicals will be applied by feeding through a pot feeder based on an as-needed basis as determined by the Contractor. 3. SERVICE PROGRAM: The Contractor shall conduct a survey of Federal Aviation Administration closed loops to identify the need for backflow preventers, pot feeders, and present loop conditions. Testing and recommendations will be furnished by the Contractor to ensure the loops are maintained at turbidities below 100 NTU, corrosion rates below <0.5 MPY on copper and <2.5 MPY on mild steel coupons. In addition, the following minimum chemical levels will be maintained: Nitrite/Molybdate Program will have 400 ppm as NO2 in chilled loops and 600 ppm as NO2 in hot loops. Molybdate will be maintained at 60 ppm as Mo in chilled loops and 30 ppm as Mo in hot loops. Molybdate/Phosphonate programs will have 30 ppm as Mo in chilled loops and will not be used in hot loops. The phosphonate level will be maintained at 30 ppm as PO4.

View original listing