B--IL-CRAB ORCHARD NWR-SAMPLING VOLUNTEER
ID: 140FS225Q0101Type: Solicitation
AwardedMay 12, 2025
$4.2K$4,152
AwardeeEUROFINS ENVIRONMENT TESTING NORTH CENTRAL, LLC 3019 VENTURE WAY Cedar Falls IA 50613 USA
Award #:140FS225P0166
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- SOIL (B532)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking qualified contractors to conduct soil sampling and testing at the Crab Orchard National Wildlife Refuge in Illinois. The primary objective is to assess contamination levels, including PCBs, pesticides, and metals, at twelve designated soil sampling locations to ensure compliance with Illinois Environmental Protection Agency standards for potential residential use. This procurement is critical for environmental safety and regulatory compliance, reflecting the government's commitment to responsible stewardship of public health and the environment. Interested contractors must submit firm fixed price proposals by the specified deadline, and for further inquiries, they can contact Renee Babineau at renee_babineau@fws.gov or by phone at 404-679-7349.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to an amendment of a solicitation under contract number 140FS225Q0101, specifically updating the Statement of Work (SOW) for soil testing at the Martha's Theater/Old Chameness Schoolhouse Site on Crab Orchard National Wildlife Refuge. It details requirements for testing twelve soil sampling locations at different depths for contaminants, including PCBs, pesticides, and metals, to ensure safety for potential residential use in compliance with Illinois Environmental Protection Agency standards. The contracting officer's note emphasizes the necessity for contractors to acknowledge receipt of the amendment and adhere to specific submission protocols by the deadline stated. The amendment also clarifies that the award will be a firm fixed price purchase order, considers both technical capabilities and cost in evaluation, and requires disclosure of any anticipated subcontractors. Furthermore, testing must be conducted by an accredited laboratory and all findings must meet Illinois regulatory guidelines. The performance period specified for this contract is from May 1, 2025, to September 1, 2025. This amendment is central to ensuring environmental safety and compliance with state regulations as part of a larger governmental initiative to assess and potentially remediate land for public use.
    The document encompasses a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service for performing soil sampling and testing at the Crab Orchard National Wildlife Refuge. The objective is to assess contamination levels, including PCBs, pesticides, and metals, at specified locations. The testing will inform regulatory compliance for potential residential use in accordance with Illinois Environmental Protection Agency standards. Key components include the submission of firm fixed price proposals, adherence to specific technical and regulatory protocols such as the Illinois Tiered Approach to Corrective Action Objectives (TACO), and demonstrating past performance and laboratory qualifications. Contractors must register with the System for Award Management (SAM) and submit electronically via the Invoice Processing Platform (IPP) for payment processing. Evaluation criteria prioritize technical capabilities and past performance, with cost as a secondary factor. The government retains the right to award a contract based on the best overall value rather than simply the lowest price. This RFQ emphasizes the need for safety and environmental standards in carrying out government-funded projects, reflecting the commitment to compliance and responsible stewardship of public health and the environment.
    Lifecycle
    Similar Opportunities
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Class B Water Testing Solicitation
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution (FCI) Pekin, Illinois, is soliciting quotes for Class B Water Testing Services under solicitation number 15B41126Q00000003. The contractor will be responsible for collecting water samples, conducting IEPA Bac-T testing, completing necessary paperwork, and submitting results to the Illinois Environmental Protection Agency (IEPA) in compliance with state regulations. This procurement is critical for ensuring water quality and safety within the institution, with the contract structured as an indefinite delivery/requirements type, including a base year and up to four optional years, plus a potential six-month extension. Interested small businesses must submit their quotes electronically to Hans Frei at hfrei@bop.gov by December 19, 2025, at 4:00 PM CST, and must possess a valid IEPA Class B Water Operator’s License to be considered for the award.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    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.
    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.
    Rotary-Wing Commercial Aviation Services in Illinois
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for Rotary-Wing Commercial Aviation Services in Illinois, aimed at supporting aerial surveillance of wildlife and telemetry monitoring activities. This procurement will result in a firm fixed price indefinite delivery indefinite quantity contract, with a total small business set-aside under NAICS code 481219, which has a size standard of $25 million. The contract is significant for ensuring effective wildlife management and monitoring in Illinois and surrounding areas, with an anticipated start date of January 1, 2026, and consisting of five twelve-month ordering periods. Interested parties can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, and all responsible sources are encouraged to submit quotations for consideration.