Water Sample Collection and Analysis Services - Amend 1
ID: HT940626QE005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFREDERICK, MD, 21702, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- WATER QUALITY (B533)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal and state regulations, and providing recommendations for remediation as necessary. This contract, valued at approximately $19 million, includes a base year and four option years, with an estimated start date of April 1, 2026. Interested parties should submit their quotes electronically to the designated contacts, Lenore Y. Paseda and Yuleiny Garcia, by the specified deadline, adhering to the requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, HT940626QE005, issued by the Defense Health Agency, seeks proposals from Women-Owned Small Businesses (WOSB) for water sample collection and analysis services. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources at Shaw Air Force Base (AFB), Poinsett Range, and Wateree Air Force Recreational area. Services include routine and emergency water testing using EPA-approved methods (e.g., EPA Method 533, Method 9223B Colilert, Method 4500-H+B, Method 4500-CI G, and EPA Method 200.7). The contract has a base year and four option years, with a potential extension, spanning from April 1, 2026, to September 30, 2031, with a total estimated value of USD 19,000,000.00. Key deliverables include a Sampling and Analysis Plan, a Sample Collection Schedule, and analytical reports, all to be submitted electronically. The contractor must hold a valid South Carolina laboratory certification and adhere to federal and DoD regulations.
    The document addresses questions and answers related to Solicitation HT940626QE005, focusing on laboratory testing requirements for water analysis. Key clarifications include the necessity for laboratories to be certified by the state of South Carolina for specific methods like 4500-H+B and 4500-Cl. The document also confirms the acceptability of EPA Method 200.8 for Lead and Copper testing, modifying the PWS to include both EPA Method 200.7 and 200.8. Additionally, it clarifies that method-specific parameters determine reporting and method detection limits and that the solicitation does not include a 3001AW SLIN. The main purpose of this document is to provide essential guidance to potential bidders, ensuring compliance with testing standards and methodologies for the solicitation.
    This government solicitation, HT940626QE005, issued by the Defense Health Agency, outlines a requirement for water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor must provide all personnel, equipment, and supplies to collect, label, transport, and analyze water samples using EPA-approved methods. Services include routine testing for PFAS, fecal coliform, pH, free chlorine, lead, and copper, as well as emergency services. The contract includes a base year and four option years, with an additional option to extend services. Key deliverables include laboratory certification, a key personnel list, a Sampling and Analysis Plan (SAP), a sample collection schedule, and analysis reports. The contractor must comply with federal, state, and local regulations, including OSHA and EPA standards, and maintain State of South Carolina laboratory certification. The total award amount is estimated at USD 19,000,000.00.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Water Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide water testing services for the United States Marine Corps Base in Quantico, Virginia. The procurement involves comprehensive laboratory testing for potable water, sewage water, storm/industrial wastewater, and hazardous waste, ensuring compliance with various federal, state, and local regulations, including certifications from NELAC and VELAP. This contract, which spans a base period and four option periods totaling over five years, emphasizes the importance of timely and accurate reporting of results, with all work to be performed by Virginia State-certified laboratories. Interested small businesses are encouraged to respond to the Request for Information by January 9, 2026, at 10:00 a.m. Eastern time, and can contact Teri Bischof at teri.bischof@usmc.mil for further details.
    Water Sample Testing and Analysis for Region 8 Forest Service
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for water sample testing and analysis focused on Per- and Polyfluoroalkyl Substances (PFAS) in drinking water systems across Region 8, which includes 13 Southern states and Puerto Rico. The selected contractor will be responsible for conducting PFAS analysis using EPA Methods 537.1 or 533, providing all necessary equipment and supplies, and reporting findings to the Forest Service and relevant state agencies. This procurement is crucial for ensuring compliance with established Maximum Contaminant Levels (MCLs) for specific PFAS chemicals, thereby safeguarding public health. Interested small businesses must submit their technical and price proposals by January 5, 2026, at 5 PM EST, and should ensure they are registered in SAM.gov. For further inquiries, contact Melody Flores at melody.flores@usda.gov or Kimberly Barnett at kimberly.barnett2@usda.gov.
    NPDES Water Quality Analyses
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is preparing to solicit proposals for National Pollutant Discharge Elimination System (NPDES) Water Quality Analyses services. The objective of this procurement is to acquire analytical services that ensure compliance with NPDES permits held by the Walla Walla District. These services are critical for maintaining water quality standards and environmental compliance within the region. This opportunity is set aside for small businesses, with a total contract value not exceeding $19 million, and interested parties should monitor sam.gov for the forthcoming solicitation details. For inquiries, contact Mary Seiner at mary.l.seiner@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil.
    Bottled Water Delivery and Optional Filtration System Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Savannah office, is seeking qualified vendors for a Sources Sought Notice regarding the delivery of bottled water and optional filtration system installation. The primary objective is to establish a Blanket Purchase Agreement (BPA) for the weekly delivery of approximately 6 gallons of certified bottled water to residential properties affected by PFAS contamination in Fayetteville, Spring Lake, Vass, Cumberland County, and Moore County, North Carolina. This initiative is crucial for ensuring safe drinking water for residents, with the potential for additional services such as the installation of point-of-use or point-of-entry filtration systems. Interested vendors are encouraged to submit a Capability Statement to Paul R. Gaeth at paul.r.gaeth@usace.army.mil, detailing their qualifications and experience, as responses are due by the specified deadline.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is critical for improving decision-making and operational efficiency in military healthcare, aligning with the Department of Defense's data strategy principles. The contract, valued at approximately $34 million, has a performance period from January 30, 2026, to January 29, 2027, with proposals due by January 9, 2026. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via the provided email addresses.
    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.
    Analytical Services for Environmental Sample Analysis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is seeking analytical laboratory services for environmental sample analysis under a Single Award Task Order Contract (SATOC). The contract requires the provision of chemical analysis for various matrices, including soil, water, sediment, tissue, and air, with sample collection being managed by USACE or other parties. This service is crucial for supporting USACE civil works projects and compliance with federal environmental regulations, including those mandated by the EPA and other environmental laws. Interested firms must possess the necessary accreditations, including DOD Environmental Laboratory Accreditation Program and EPA National Environmental Laboratory Accreditation Program, and be capable of delivering results in specified electronic formats. For further inquiries, potential offerors can contact John Scola at John.P.Scola@usace.army.mil or Briana Armstrong at briana.l.armstrong@usace.army.mil, with the contract details outlined in the attached request for proposal and price schedule.
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The selected contractor will be responsible for analyzing blood and urine samples collected by the National Guard, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is crucial for maintaining the health and readiness of National Guard personnel, with an estimated annual volume of BPA calls ranging from $40,000 to $80,000, depending on mission changes. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines, with questions due by December 29, 2025. For further inquiries, contact Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Analytical Services in Poland
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking proposals for a Master Blanket Purchase Agreement (BPA) to provide analytical services for water quality analysis in Poland. The objective is to ensure compliance with water quality standards at three sites associated with the U.S. Army Garrison Poland, requiring contractors to perform chemical, biological, and physical parameter analyses on water samples. This procurement is critical for maintaining environmental safety and regulatory compliance, with an estimated total value of $982,638.40 over a five-year period. Interested contractors must be based in Poland and possess necessary accreditations, and they can direct inquiries to Crystal Elizabeth North at crystal.e.north@usace.army.mil or Sonia Boyd at SONIA.J.BOYD@USACE.ARMY.MIL.
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.