F--IMPROVE ION Analysis
ID: 140P2125R0018Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENCR REGIONAL CONTRACTING(30000)WASHINGTON, DC, 20242, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- AIR QUALITY SUPPORT (F101)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the analysis and reporting of ion masses from IMPROVE nylon filters as part of the IMPROVE ION Analysis project. The primary objective is to conduct ion analysis of samples collected through the Interagency Monitoring of Protected Visual Environments (IMPROVE) program, which aims to monitor and enhance air quality in federally protected areas. This initiative is crucial for tracking visibility impairment due to air pollution and aligns with national goals outlined in the Clean Air Act. Interested organizations are encouraged to submit their capability statements by December 11, 2024, to Christina Gingras at christina_gingras@nps.gov, as the government will assess market capabilities to determine the acquisition method, potentially leading to multiple awards.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary purpose of this Statement of Work is to solicit contract proposals for conducting ion analysis of samples collected through the Interagency Monitoring of Protected Visual Environments (IMPROVE) program. This program, managed by the National Park Service (NPS) and involving various federal organizations, aims to monitor and enhance air quality in federally protected areas. The successful contractor will provide analyses for specific ions from nylon filters, deliver the results within a defined timeline, and ensure compliance with established quality assurance protocols. The scope includes standard analysis of nitrite, nitrate, sulfate, and chloride ions, alongside optional tasks such as the analysis of cations, organic acids, and smoke markers. The proposal entails responsibilities for sample reception, storage, extraction, and analysis, all while maintaining meticulous quality control and reporting requirements. Additionally, the contractor will engage in periodic training and collaboration with existing program stakeholders to ensure data accuracy and reliability over an extended timeframe. The contract emphasizes a structured approach to tracking visibility impairment due to air pollution, contributing to national goals outlined in the Clean Air Act. This initiative represents a crucial effort to safeguard environmental resources for future generations.
    The National Park Service has issued a sources sought synopsis to conduct market research for services related to IMPROVE ION Analysis. The information gathered will help determine the acquisition method, classified under NAICS code 541620. While there is currently no solicitation, interested parties are encouraged to submit their organization details and tailored capability statements, indicating their capacity for the required services. The government will assess market capabilities concerning service scope, resource application, project management, and overall performance under a potential performance-based service contract. Responses may result in setting the requirement aside for small businesses or allowing full competition, possibly culminating in multiple awards. Interested organizations must submit their information by December 11, 2024, to the designated contact. The synopsis emphasizes that feedback will not be provided to respondents.
    Lifecycle
    Title
    Type
    F--IMPROVE ION Analysis
    Currently viewing
    Sources Sought
    Similar Opportunities
    EPA CAMD Suite JEFO
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking contractor support services for the Clean Air Markets Division (CAMD) under the opportunity titled "EPA CAMD Suite JEFO." The primary objective of this procurement is to assist CAMD in the design, development, deployment, and maintenance of the updated CAMD Suite, focusing on enhancing functionalities related to emission reporting and data access provided by the Emissions Collection and Monitoring Plan System (ECMPS) and the Air Markets Program Data (AMPD). These services are critical for ensuring effective management and reporting of emissions data, which plays a vital role in environmental compliance and air quality management. Interested parties can reach out to Kelly Lael at kelly.lael@nih.gov or by phone at 301-402-5683 for further information regarding this opportunity.
    Combustion IC and Profiler-F Installation and Training
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation and training of a Metrohm combustion ion chromatograph (CIC) system and its accessories. This procurement aims to ensure the proper installation of the CIC system and provide comprehensive training for two operators, with a firm-fixed-price contract expected to be awarded. The opportunity is set aside for small businesses, with a size standard of $19 million, and requires all offers to be submitted electronically by December 23, 2025, at 1:00 PM PST. Interested parties should direct inquiries and proposals to Naomi Newton at naomi.n.newton2.civ@us.navy.mil, ensuring compliance with all outlined requirements and safety regulations.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    AN42--WRIISC Veterans Control Group Repository
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the WRIISC Veterans Control Group Repository, specifically to support the Airborne Hazards and Burn Pits Center of Excellence (AHBPCE) in conducting research related to Veterans' exposure to airborne hazards and burn pits. The contractor will be responsible for recruiting and testing a control group of 25 asymptomatic military Veterans annually, collecting, storing, and transferring human cardiopulmonary physiological data to enhance the Post-Deployment Cardiopulmonary Evaluation Network (PDCEN) and improve health outcomes for Veterans. This initiative is critical for establishing a baseline of cardiopulmonary health for comparison with deployment-exposed Veterans and requires expertise in pulmonary diseases, regulatory approvals, and established data acquisition protocols. Interested parties must submit Expressions of Interest by December 22, 2025, to Mariangie Rivera at Mariangie.Rivera@va.gov, with no solicitation document currently available.
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    AME Environmental Monitoring Service
    Dept Of Defense
    The Department of Defense, through the U.S. Army Center of Military History (CMH) and Army Contracting Command, is conducting a market survey to identify businesses capable of providing an advanced environmental monitoring system for 43 Army museums across 17 states, including Hawaii. The desired system must be an independent, closed platform for wireless, no-contact environmental data capture, ensuring compliance with the Buy American Act, Trade Agreements Act, and Berry Amendment, while recording critical data such as temperature, relative humidity, and light exposure at 15-minute intervals or less. This initiative is crucial for preserving historical assets and enhancing the efficiency and integrity of museum collections. Interested offerors are encouraged to respond to the Request for Information (RFI) by completing the attached questionnaire and submitting their responses electronically by January 6, 2026, to Sydney Huston at sydney.r.huston.civ@army.mil.