ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Water Sample Collection and Analysis Services - Amendment 6

DEPT OF DEFENSE HT940626QE005
Response Deadline
Feb 2, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Defense Health Agency (DHA) is soliciting proposals from Women-Owned Small Businesses (WOSB) for water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area in South Carolina. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples using EPA-approved methods to assess water quality and ensure compliance with relevant regulations, including testing for contaminants such as PFAS, fecal coliform, pH, free chlorine, and lead/copper. This contract, valued at up to $19,000,000, includes a base year and four option years, with a potential extension, and requires strict adherence to federal, state, and local regulations, including maintaining a valid South Carolina laboratory certification. Interested contractors must submit their quotes electronically by February 2, 2026, at 2:00 PM EST, and can direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via the provided email addresses.

Classification Codes

NAICS Code
541380
Testing Laboratories and Services
PSC Code
B533
SPECIAL STUDIES/ANALYSIS- WATER QUALITY

Solicitation Documents

13 Files
Solicitation - HT940626QE005.pdf
PDF1913 KBJan 28, 2026
AI Summary
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.
Amendment 1 - Solicitation HT940626QE005.pdf
PDF2453 KBJan 28, 2026
AI Summary
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.
Questions and Answers - HT940626QE005.docx
Word15 KBJan 28, 2026
AI Summary
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.
Amendment 2 - Solicitation HT940626QE005.pdf
PDF2453 KBJan 28, 2026
AI Summary
This government solicitation, HT940626QE005, issued by the DEFENSE HEALTH AGENCY, seeks proposals from Women-Owned Small Businesses for water sample collection and analysis services. The contract, valued at up to $19,000,000.00, requires a contractor to provide all necessary personnel, equipment, and materials for water quality assessments at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. Services include routine and emergency testing using EPA-approved methods (e.g., EPA Method 533, 9223B Colilert, 4500-H+B, 4500-CI G, and 200.7) for contaminants like PFAS, fecal coliform, pH, free chlorine, lead, and copper. The period of performance spans a base year and four option years, with a potential extension. Key deliverables include laboratory certifications, a Sampling and Analysis Plan, a sample collection schedule, and timely analysis reports. The contractor must comply with federal, state, and local regulations, including OSHA and EPA standards, and maintain South Carolina laboratory certification.
Pricing Template - HT940626QE005.xlsx
Excel30 KBJan 28, 2026
AI Summary
The solicitation HT940626QE005 outlines a Firm Fixed Price contract for water sample collection and analysis services at Shaw AFB, Poinsett Range, and Wateree Air Force Recreational Area. The contractor must utilize EPA-approved analytical methods as specified in the Performance Work Statement (PWS) and travel to Shaw AFB twice monthly. The contract includes a base period and four option periods, plus an additional 6-month option period, each detailing specific water testing methods (EPA Method 533, Method 9223B Colilert, Method 4500-H+B, Residual Chlorine Method 4500-CI G, and EPA Method 200.8). The solicitation also covers emergency or special event services, requiring contractors to provide per-location pricing if it differs. Contractors are instructed to edit the provided template to reflect their quotes accurately, ensuring correct calculation formulas for unit, SLIN, and period total prices.
Amendment 6 - Solicitation HT940626QE005.pdf
PDF2445 KBJan 28, 2026
AI Summary
This government solicitation, HT940626QE0050006, from the Defense Health Agency, seeks proposals from Women-Owned Small Businesses (WOSB) for water sample collection and analysis services at Shaw Air Force Base (AFB), Poinsett Range, and Wateree Air Force Recreational area. The contract, with a total award amount of $19,000,000.00, is for a base year and four option years, with a potential extension. The contractor will perform various EPA-approved water testing methods, including those for PFAS, Fecal Coliform/Total Coliform, pH, Free Chlorine, and Lead/Copper, for routine and emergency situations. Key requirements include providing a Sampling and Analysis Plan (SAP), adhering to strict quality control, and submitting detailed analysis reports within five business days. The contractor must hold a valid State of South Carolina laboratory certification and comply with all federal, state, and local regulations, including OSHA and EPA standards.
Pricing Template - HT940626QE005 - Amend 6.xlsx
Excel32 KBJan 28, 2026
AI Summary
This government solicitation, HT940626QE005, outlines a Firm Fixed Price contract for water sample collection and analysis services at Shaw AFB, Poinsett Range, and Wateree Air Force Recreational Area. The contractor must utilize EPA-approved analytical methods, including EPA Method 533, Method 9223B Colilert, Method 4500-H+B, Residual Chlorine Method 4500-CI G, and EPA Method 200.8. The contract includes a base period of 12 months, followed by four 12-month option periods and one 6-month option period. Services for emergencies or special events are also required, with pricing to be provided per location if different, and the higher price used for
Questions and Answers - HT940626QE005 16JAN26.docx
Word21 KBJan 28, 2026
AI Summary
This document compiles questions and answers related to Solicitation HT940626QE005, which focuses on environmental sampling and analysis services. Key clarifications address the necessity of state certification for laboratories (South Carolina), the acceptability of EPA Method 200.8 for Lead and Copper testing, and the basis for Reporting Limits (RLs) and Method Detection Limits (MDLs) being method-dependent. The solicitation emphasizes that contractors must rely solely on the current PWS requirements, and that emergency or special event testing quantities are included in the evaluated base price. Contractor responsibilities are limited to sampling, analysis, reporting, and treatment recommendations, explicitly excluding physical remediation. The government will provide sampling points, and contractors are not responsible for infrastructure modification. Travel costs must be included in line item pricing, and PFAS testing quantities must account for quality control requirements per method. The PWS updates provide sampling frequency, and timeframes for emergency events have been clarified. Surface water sampling locations are accessible by foot, requiring no watercraft. The document also stresses that technical proposals or references were never dropped from the solicitation, and contractors must provide all necessary documentation for evaluation, including proof of state certification.
Questions and Answers - HT940626QE005 15JAN26.docx
Word20 KBJan 28, 2026
AI Summary
The document addresses questions regarding Solicitation HT940626QE005, a government RFP for sampling and analysis services. Key clarifications include the requirement for a South Carolina state-certified laboratory, the acceptability of EPA Method 200.8 for Lead and Copper testing, and that offerors must rely solely on the current PWS requirements. The solicitation does not include physical remediation or treatment activities, and contractors are not responsible for installing or modifying sampling infrastructure. All SLINs, including those for emergency or special event testing, will be evaluated, and pricing per line item must include travel. Contractors must account for quality control requirements per method in their proposals, and surface water sampling locations are accessible by foot.
Amendment 5 - Solicitation HT940626QE005.pdf
PDF2445 KBJan 28, 2026
AI Summary
This government solicitation (HT940626QE0050005) is a Request for Proposal (RFP) from the Defense Health Agency, specifically the 20th Medical Group – Shaw AFB Bioenvironmental Engineering (BE), seeking a Women-Owned Small Business (WOSB) to provide water sample collection and analysis services. The contract, valued at up to $19,000,000.00, will cover Shaw Air Force Base (AFB), Poinsett Range, and Wateree Air Force Recreational Area from April 1, 2026, to March 31, 2031, with a potential extension to September 30, 2031. The contractor must perform various EPA-approved water testing methods (e.g., EPA Method 533, 9223B Colilert, 4500-H+B, 4500-CI G, EPA Method 200.7/200.8) for routine and emergency situations. Key deliverables include a Sampling and Analysis Plan (SAP), sample collection schedules, and detailed analysis reports, all requiring strict adherence to federal, state, and local environmental and safety regulations, including OSHA and EPA guidelines. The contractor must be certified by the State of South Carolina and ensure qualified personnel.
Amendment 4 - Solicitation HT940626QE0050004.pdf
PDF2445 KBJan 28, 2026
AI Summary
This government solicitation, HT940626QE0050004, is for Women-Owned Small Businesses (WOSB) to provide water sample collection and analysis services for the Defense Health Agency (DHA) at Shaw Air Force Base (AFB), Poinsett Range, and Wateree Air Force Recreational Area in South Carolina. The contract, valued at up to $19,000,000.00, has a base year and four option years, with a potential extension. Services include routine and emergency water testing using EPA-approved methods (e.g., EPA Method 533, 9223B Colilert, 4500-H+B, 4500-CI G, and 200.8/200.7) for parameters such as PFAS, fecal coliform, pH, free chlorine, and lead/copper. The contractor must provide all personnel, equipment, and supplies, adhere to quality control and safety regulations, and deliver detailed analysis reports within five business days. Non-compliant results require immediate notification to the Bioenvironmental Engineering (BE) POC. Key deliverables include a Sampling and Analysis Plan (SAP) and proof of South Carolina laboratory certification.
Amendment 3 - Solicitation HT940626QE005.pdf
PDF2451 KBJan 28, 2026
AI Summary
The Defense Health Agency (DHA) is soliciting bids for water sample collection and analysis services at Shaw Air Force Base (AFB), Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, including groundwater, surface water, and distribution systems, using EPA-approved methods. Services also include assessing water quality, ensuring regulatory compliance, and recommending remediation or treatment. The contract includes provisions for routine and emergency testing, adherence to federal and state regulations, and submission of detailed reports. The period of performance is a base year plus four option years, with a potential extension. Key deliverables include a Sampling and Analysis Plan (SAP) and timely submission of analysis reports.
Questions and Answers - HT940626QE005 13JAN26.docx
Word19 KBJan 28, 2026
AI Summary
This document addresses questions and answers related to Solicitation HT940626QE005, which outlines requirements for environmental sampling and analysis services. Key clarifications include the necessity for a South Carolina-certified laboratory for onsite testing and analysis, the acceptance of EPA Method 200.8 for Lead and Copper testing, and the confirmation that prospective contractors must rely solely on the current solicitation's requirements, not historical contract information. The solicitation also specifies that emergency or 'special event' testing quantities are included in the evaluated base price and that contractor responsibilities are limited to sampling, analysis, reporting, and treatment recommendations, excluding physical remediation. The government will provide existing sampling points, and travel costs must be incorporated into line item pricing. Contractors are required to account for quality control requirements, such as field blanks, as stipulated by each EPA method when preparing proposals. The frequency of sampling from the three facilities is detailed in PWS update in solicitation amendment 3.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 3, 2025
amendedAmendment #1· Description UpdatedDec 23, 2025
amendedAmendment #2· Description UpdatedDec 31, 2025
amendedAmendment #3· Description UpdatedJan 13, 2026
amendedAmendment #4· Description UpdatedJan 14, 2026
amendedAmendment #5· Description UpdatedJan 15, 2026
amendedAmendment #6· Description UpdatedJan 16, 2026
amendedLatest Amendment· Description UpdatedJan 28, 2026
deadlineResponse DeadlineFeb 2, 2026
expiryArchive DateFeb 17, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY

Point of Contact

Name
Lenore Y. Paseda

Place of Performance

Charleston AFB, South Carolina, UNITED STATES

Official Sources