B--Harmful Algal Blooms (HABs) Analytical Services
ID: DOIGFBO250001Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)

Set Aside

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

    The Department of the Interior, through the U.S. Geological Survey (USGS), is seeking qualified small businesses to provide Harmful Algal Blooms (HABs) Analytical Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contractor will be responsible for conducting a variety of scientific analyses on environmental matrices, including water and biological samples, adhering to standardized methods established by the U.S. Environmental Protection Agency and other relevant organizations. This initiative is crucial for monitoring and understanding the environmental impacts of harmful algal blooms, supporting regulatory investigations and scientific research efforts across various sites in the U.S. The total contract value is approximately $9.3 million, spanning five years with a potential six-month extension, and the solicitation is anticipated to be released around December 15, 2024. Interested parties can contact Jennifer Rollin at jrollin@usgs.gov or by phone at 303-236-9321 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Geological Survey (USGS) intends to issue a solicitation for Harmful Algal Blooms (HABs) Analytical Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with the solicitation number 140G0224R0032 anticipated to be released around December 15, 2024. The project entails a range of scientific analyses of environmental matrices, including water and biological samples, following standardized methods set by the U.S. Environmental Protection Agency and other authoritative organizations. The contractor will conduct analyses, ensure data quality, and provide necessary documentation and support for USGS projects related to HABs across various sites in the U.S. The contract is designed as a total small business set-aside, valuing approximately $9.3 million, and spans a period of five years with a potential six-month extension. The services are expected to be performed primarily in the Greater Denver, Colorado area. This initiative highlights the USGS’s commitment to monitoring and understanding the impacts of harmful algal blooms on the environment, thereby supporting regulatory investigations and scientific research efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B--NYC Water Disinfection Byproduct Sample Analysis
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors for the analysis of New York City drinking water samples to assess disinfection byproduct formation potential. The contract will require the selected contractor to analyze approximately 1,000 samples annually over a five-year period, adhering to certified EPA methods for regulated trihalomethanes and haloacetic acids, while ensuring compliance with standard Chain of Custody procedures. This procurement is critical for maintaining water quality standards and public health in NYC. Interested vendors must submit their capability statements and relevant information to Daniel Galvin at dgalvin@usgs.gov by the specified deadline, with the anticipated contract value and specific funding details to be determined upon formal solicitation.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    A--STREAMS V - recompete of ORD IDIQ contract "Scientific, Technical, Research, En
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking contractors for the STREAMS V project, which involves the recompete of the ORD IDIQ contract for Scientific, Technical, Research Engineering, and Modeling Support. The primary objective is to provide support for the development and evaluation of technologies, processes, and tools aimed at preventing or reducing pollution in air, land, and water, as well as restoring ecosystems. This contract is crucial for enhancing the EPA's research capabilities and will be managed by the Office of Research and Development, with a total funding ceiling of $90 million over a seven-year period. Interested parties should note that the anticipated solicitation release date is mid to late October 2023, with proposals due approximately 45 days thereafter. For further inquiries, contact Matthew Growney at growney.matthew@epa.gov or call 513-487-2029.
    NOAA NOS OCM Coastal Geospatial Services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking small businesses capable of providing coastal geospatial services to support the National Ocean Service (NOS) Office for Coastal Management (OCM). The procurement aims to enhance data collection efforts essential for the protection and management of U.S. coastal areas, including the Great Lakes, utilizing advanced technologies such as GIS and remote sensing. Accurate geospatial data is critical for NOAA's Digital Coast initiative, and contractors will be required to demonstrate technical expertise across various tasks, including data acquisition and geospatial analysis, while adhering to strict quality control and compliance standards. Interested parties must submit their capabilities and relevant experience by October 30, 2024, and can contact Carley Flaxman or Dorothy Curling for further information.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    Navigation and Civil Works Data Analysis and System Support Professional Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for Navigation and Civil Works Data Analysis and System Support Professional Services under a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to provide comprehensive data analysis and system support services, including maintenance of data systems, trend analysis, and development of automated information systems, particularly for the Lock Performance Monitoring System and Dredging Information System. This initiative is crucial for enhancing the efficiency and effectiveness of navigation and civil works projects managed by the Army Corps of Engineers. Interested parties must register in SAM.gov and submit their proposals electronically, with a maximum estimated contract value of approximately $49.9 million and a deadline for questions set for October 24, 2024. For further inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Doug Pohlman at douglas.e.pohlman@usace.army.mil.
    Pre-solicitation Notice - 68HE0D18R0010
    Active
    Environmental Protection Agency
    Pre-solicitation Notice - Environmental Protection Agency (EPA) is planning to award approximately seventeen (17) firm-fixed price contracts of $100,000.00 each under the Small Business Innovation Research (SBIR) Program Phase I, during Fiscal Year 2018. These contracts are for research and development services and are aimed at supporting small businesses in their innovative projects.
    C--INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL CORE DRILLING AND LABORATORY TESTING FOR THE JACKSONVILLE DISTRICT AREA OF RESPONSIBILITY (AOR)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide geotechnical core drilling and laboratory testing services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Jacksonville District area. The primary objective of this procurement is to perform geotechnical investigations and studies, including subsurface sampling, laboratory testing, and hydrogeological assessments, primarily within Florida and Georgia. This contract, valued at up to $15 million over five years, emphasizes small business participation and aims to enhance the capacity for environmental and geotechnical work in the region. Interested firms must submit their qualifications electronically by October 28, 2024, at 1:00 PM EDT, and can direct inquiries to Contract Specialist Isis S. Hill at isis.s.hill@usace.army.mil.
    B--MRG RGSM Population Monitoring
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking contractor assistance for the ongoing monitoring of the federally endangered Rio Grande Silvery Minnow (RGSM) population in the Middle Rio Grande of New Mexico. The primary objective of this procurement is to assess population trends and abundance in compliance with the Endangered Species Act, requiring the selected contractor to follow established monitoring protocols and deliver detailed monthly and annual reports on fish densities and environmental conditions. This initiative underscores the government's commitment to environmental protection and the conservation of endangered species, necessitating collaboration with stakeholders such as the U.S. Fish and Wildlife Service. Interested parties must submit a Capabilities Statement by October 18, 2024, and ensure registration in the System for Award Management (SAM) to be eligible for consideration.
    Blanket Purchase Agreement (BPA) for laboratory services to analyze environmental samples.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Blue Grass Army Depot (BGAD) in Richmond, Kentucky, is seeking a Blanket Purchase Agreement (BPA) for laboratory services to analyze environmental samples, primarily groundwater, to ensure compliance with environmental permits related to demilitarization operations. The selected contractor must possess current DoD Environmental Laboratory Accreditation Program (ELAP) certification and will be responsible for conducting analyses on a semi-annual basis, as well as performing Toxic Characteristic Leachate Procedure (TCLP) analyses for waste disposal determinations on an as-needed basis. The BPA, with a master limit of $225,000 and individual call orders not exceeding $75,000, is intended to streamline the acquisition process for these essential environmental services, with a performance period of 12 months and two optional years. Interested parties must submit capability statements to Jeremy Turner at jeremy.s.turner10.civ@army.mil by 5:00 PM on October 23, 2024, to be considered for this opportunity.