Naval Weapons Station Earle Environmental Laboratory Services
ID: N4008526R0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Testing Laboratories and Services (541380)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals 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 at the facility. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) type, with a base period of 12 months starting on March 1, 2026, and four additional option periods. Interested small businesses 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.

    Point(s) of Contact
    Files
    Title
    Posted
    Section J – 0200000 outlines the Management and Administration aspects for a government contract, detailing critical attachments for federal RFPs, grants, and state/local RFPs. Key attachments include J-0200000-01, providing comprehensive definitions and acronyms vital for understanding the contract's terminology, such as terms related to hazardous materials, equipment, and administrative roles. Attachment J-0200000-02 covers wage determinations, while J-0200000-03 lists directives, instructions, and references, including specific New Jersey Administration Code references in J-0200000-03A, particularly concerning NJPDES permits. J-0200000-04 describes invoicing procedures, emphasizing the use of Wide Area Workflow (WAWF) for electronic submissions. J-0200000-05 provides various forms, including monthly on-site labor reports for both recurring and non-recurring work, contractor hazardous material inventory logs, and vetting/access forms. Attachments J-0200000-06 and J-0200000-07 specify government-furnished property, materials, services, and exhibit line item numbers (ELINs), respectively. The document highlights the importance of precise definitions, regulatory compliance, and standardized administrative and reporting processes for contractors.
    The NWSEARLEINST 5530.12C form,
    The NWSEARLEINST 5530.12C form, Revision 7-2024, is a Restricted Area Access Request Form for Naval Weapons Station (NWS) Earle. It is used to apply for a badge or pass to access restricted areas, requiring five business days for processing. The form collects applicant information, including name, address, contact details, date of birth, CAC/driver’s license number, and the last four digits of the Social Security number. It also includes sections for prime and sub-contractor information, contract expiration dates, and VCC results (CLEARED/NOT CLEARED). Government representatives must approve access to specific restricted areas like CAMERA, ORDNANCE, PIER, C-33, and C-34. The document states that the issuing command/company is responsible for the pass and the applicant while they are on NWS Earle property, and the pass must be returned upon termination of assignment, employment, or contract completion. The form is CUI (Controlled Unclassified Information) under the PRVCY category, controlled by the Department of the Navy, and subject to the Privacy Act of 1974.
    The Contractor Significant Incident Report (CSIR) is a crucial government form used by contractors to document and report accidents and incidents on federal projects. It requires detailed information on general incident specifics, personal details of those involved, witness accounts, and comprehensive contract information. The report mandates a thorough description of the accident, including direct and indirect causes, corrective actions, and the use of personal protective equipment. It also covers injury severity, affected body parts, and causal factors such as design, procedures, human elements, and environmental conditions. Additionally, the CSIR requires details on OSHA notifications, investigations, and penalties. Instructions emphasize completing separate reports for each injured person and for all OSHA recordable accidents, property damage over $2000, and high-visibility mishaps, with specific deadlines for initial, follow-up, and final reports. The prime contractor is responsible for submitting the completed CSIR to the Contracting Officer.
    The document N40085-26-T-XXXX outlines a Request for Proposal (RFP) for NWS Earle Lab Services, focusing on sampling, certified laboratory analysis, administration, and documentation services to ensure compliance with NJDEPS Permit No. NJ0023540. The contract is structured with a base period and four option periods, each containing both Firm Fixed Price (FFP) and Indefinite Delivery/Indefinite Quantity (IDIQ) line items. The FFP components primarily cover recurring monthly services, while the IDIQ sections detail unit prices for labor, materials, and certified laboratory analysis, to be negotiated for individual task orders. The RFP emphasizes the need for trained and certified personnel, with all pricing currently listed as $0.00, indicating that proposals will need to provide detailed cost breakdowns for all listed services across the base and option periods.
    This government file, Section J, outlines various attachments related to environmental testing and hazardous waste management, crucial for federal government RFPs. It details definitions and acronyms for terms like Hazardous Material (HM), Hazardous Waste (HW), and Spill Prevention Control and Countermeasure (SPCC) Plan. The document lists key references and technical documents, including Navy instructions and EPA methods for environmental compliance. Subsequent attachments (J-1800000-03 to J-1800000-11) refer to specific testing requirements for sludge, sewer treatment plants (current and proposed), non-recurring stream condensate, laboratory sampling services (historical data and potential requirements), wastewater, potable water, and Per- and Polyfluorinated Alkyl Substances (PFAS) sampling. The file emphasizes regulatory compliance and systematic management of environmental and hazardous waste issues.
    The document outlines the sludge testing and monitoring requirements for Naval Weapons Station Earle in Colts Neck, under Permit No. NJG0211966, Residual General Permit Authorization RES130001. It specifies semi-annual DMR (Discharge Monitoring Report) submissions, due 60 calendar days after each six-month period. The monitored location is the SL2A SQAR-Sludge Storage Tank, focusing on liquid residual characteristics discharged from the tank, representative of chemical and physical properties for use or disposal. The contributing waste type is 'Dom Residual-Other.' The report details monitoring parameters, including Total Solids, Nitrate Nitrogen, Total Kjeldahl Nitrogen, Potassium, Ammonia Nitrogen, Calcium, Molybdenum, Phosphorus, Arsenic, Selenium, Copper, Beryllium, Cadmium, Zinc, Lead, Nickel, Mercury, and Chromium. For each parameter, it lists reporting requirements (Monthly Average), units (%, MG/KG), frequency (1/6 Months), and sample type (Composite). The document emphasizes stringent monitoring to ensure compliance with residual quality categories and safe disposal practices.
    The document, Attachment J-1800000-04, outlines the current sewer treatment plant testing requirements for the Naval Weapons Station Earle in Colts Neck, under Permit No. NJ002354C. It details surface water Discharge Monitoring Report (DMR) reporting requirements, mandating monthly submissions within twenty-five days after the end of each month. The file specifies various parameters, limits, monitoring frequencies, and sample types for effluent and raw sewage/influent during different phases. Key parameters include Total Suspended Solids, Oil and Grease, Nitrogen (Ammonia and Nitrate), E. Coli, Fecal Coliform, Chlorine Produced Oxidants, Temperature, Dissolved Oxygen, and Total Phosphorus. Additionally, the document lists annual and semi-annual reporting requirements for a wide array of heavy metals, organic compounds (including various hydrocarbons, phthalates, and chlorinated compounds), and pesticides, emphasizing compliance with established limits and monitoring protocols for surface water quality.
    The Naval Weapons Station Earle in Colts Neck, operating under Permit No. NJ0023540, is subject to stringent surface water discharge limits and monitoring requirements for its sewer treatment plant. This permit, DSW130001 Surface Water Renewal Permit Action, mandates monthly DMR (Discharge Monitoring Report) submissions within twenty-five days of each month's end. The facility's sanitary outfall (001A) discharges treated wastewater into Hockhockson Brook, a FW2-TM(C2) classified stream. Monitoring is required for various parameters across two phases (Initial and Final) including Flow, BOD, pH, Total Suspended Solids, Oil and Grease, Ammonia, Nitrate, E. Coli, Chlorine Produced Oxidants, Temperature, Dissolved Oxygen, and Phosphorus. Additionally, annual and semi-annual Water Quality Reports (WCR) are required to monitor for a comprehensive list of heavy metals, volatile organic compounds, semi-volatile organic compounds, pesticides, and PCBs. The permittee must also monitor for Chlorine Produced Oxidants (CPO) when chlorinated compounds are used for cleaning or maintenance activities.
    The document outlines non-recurring steam condensate testing requirements for the Naval Weapons Station Earle Waterfront in Leonardo, under Permit No. NJ0167525. This industrial wastewater permit, effective July 1, 2010, mandates monthly and semi-annual reporting for discharge into Sandyhook Bay. Monitoring locations are specified as the boiler before the discharge pipe, representing 47 steam traps with a maximum daily flow of 18.4 gallons per trap. Key monitoring parameters include flow, pH, petroleum hydrocarbons, and total organic carbon. Semi-annual reporting (WCR) phases, spanning from July 2010 to December 2014, detail extensive lists of recoverable metals, organic compounds, and other pollutants requiring monitoring. The final phase, beginning January 2015, continues to require reporting for total recoverable selenium, beryllium, copper, and phenols. The permit emphasizes strict compliance with limits and monitoring frequencies to protect the SE1 classified waters of Sandyhook Bay.
    The provided attachments, J-1800000-07 and J-1800000-08, detail historical and potential laboratory sampling services requirements for wastewater and potable water. These documents are intended to indicate the types and approximate magnitude of work for bidding purposes, though they are not considered sufficiently accurate for bidding by themselves. Attachment J-1800000-07 outlines historical data for FY2023 and FY2024, covering various wastewater sampling for pH, temperature, chlorine residual, sludge testing, BOD, TSS, fecal coliform, dissolved oxygen, ammonia, phosphorus, enterococci, alkalinity, oil & grease, nitrogen, nitrate, chronic toxicity, SQAR (Sludge - Metals), surface water discharge waste characterization (metals, VOCs), acute toxicity, and E. Coli bacteria. Potable water services include monthly microbiological sampling, TriHaloMethanes (THM4), Haloacetic Acids (HAA5), and Heterotrophic Plate Count. Attachment J-1800000-08 focuses on potential requirements based on a new NJDEP Permit for NWS Earle, outlining similar wastewater and potable water sampling parameters for FY2018 and FY2019, with some adjustments in frequencies and specific tests, such as the inclusion of total and free chlorine residual and copper/lead testing in potable water. Both documents underscore the recurring need for comprehensive environmental monitoring and analysis services.
    Attachment J-1800000-09 outlines the Waste Water Testing Requirement, a recurring service contract for compliance with the New Jersey Pollutant Discharge Elimination System Permit. This document serves as the Scope of Work for these services, which were previously performed under an expiring contract. The attachment identifies specific sampling, testing, and reporting requirements, ensuring the continuation of essential environmental compliance work under a new procurement.
    The document outlines the potable water testing requirements for a government project, emphasizing compliance with federal and state regulations. The testing protocol is based on historical data, additional requirements for operational compliance, and specific regulatory frameworks. These frameworks include the Combined Federal Regulations (CFR) 40, Part 141, along with all amendments and updates, and the State of New Jersey Department of Environmental Protection's Bureau of Safe Drinking Water Act Regulations (N.J.A.C. 7:10), adopted on November 4, 2004, including all subsequent amendments and updates. This ensures that all potable water testing meets rigorous safety and environmental standards set by both federal and state authorities.
    Attachment J-1800000-11 outlines the sampling requirements for per- and polyfluorinated alkyl substances (PFAS) in drinking water under a NAVSEA contract. This scope of work details the recurring services for the base and third option periods, focusing on PFAS sampling and analysis at four specific locations: Scale House, Carpenter Shop, HA-1, and MSC Fire School. The analysis must adhere to Method 537.1. The document also provides a comprehensive standard operating procedure (ODW-SOP-19) for PFAS sampling, including precautions to prevent contamination from various materials, proper preservation and holding times for samples, and detailed shipping instructions. It also covers quality control measures, required equipment, and a step-by-step procedure for sampling, emphasizing the avoidance of PFAS-containing materials and the importance of using
    This document, Section C – 0100000 General Information, outlines the framework for a performance-based service acquisition (PBSA) contract at Naval Weapons Station (NWS) Earle, New Jersey. It details the scope of services, which include both recurring and non-recurring work items across 18 annexes, such as general information, management, public safety, and facilities support. The Navy's PBSA approach emphasizes performance outcomes, measurable standards, incentives, and performance assessment, implemented through a standardized template. The contract allows for the acquisition of additional services and locations within the scope. Offerors are responsible for inspecting the site and understanding that their proposals must meet performance objectives and standards, bearing all associated cost and performance risks. The document also clarifies different types of related information (informational notes, clarifying, constraining, and requirement information) and the locations of workload data in Sections C and J.
    Section C – 0200000 outlines the Management and Administration requirements for government contracts, covering general information, administrative procedures, and personnel, security, safety, and environmental stipulations. Key aspects include government working hours, federal holidays, wage determinations, required meetings, and partnering initiatives. Contractors must obtain permits, licenses, and insurance, and protect government property. The document details management expectations for work control, scheduling, and deliverables, emphasizing a robust Quality Management System. Personnel requirements specify key roles like Project Manager and Site Safety and Health Officer, along with employee conduct, appearance, and legal residency. Security mandates include DBIDS enrollment, access controls, and handling of controlled unclassified information. A comprehensive Contractor Safety Program, adhering to EM 385-1-1, is required, covering accident prevention, hazard analysis, and various safety plans. Environmental management and sustainability, including energy and water conservation, waste disposal, and hazardous material management, are also critical components.
    This government file outlines the requirements for environmental services at Naval Weapons Station Earle, Colts Neck, and Leonardo, New Jersey. The contractor is responsible for providing all labor, management, supervision, tools, material, and equipment to ensure compliance with federal, state, local, DoD, and Navy environmental regulations. Key areas of responsibility include sampling, field testing, and laboratory services, with strict adherence to approved sampling plans and reporting deadlines. The document specifies personnel qualifications, training, and licensing, as well as laboratory accreditation requirements (NELAP or A2LA). While sections for Used Oil Management, Discarded Hazardous Material/Waste Management, and Oil and Hazardous Substance Spill Response are marked
    This document, "Section F – 0200000 Management and Administration Deliveries or Performance," outlines the deliverables and submission requirements for a government contract. It details various reports, plans, and certifications necessary for management, administration, quality control, personnel, security, safety, and environmental compliance. Key deliverables include requests for working outside regular hours, permits, insurance certificates, work control reports, quality management plans, quality inspection and surveillance reports, lists of key personnel, organizational charts, employee listings, passes and badges, security clearances, accident prevention plans, activity hazard analyses, safety and occupational health plans, incident reports, monthly labor reports, OSHA compliance reports, safety certifications, environmental management documents, hazardous material management plans, asbestos containing material notifications, sustainable procurement reports, and invoicing information. Most submissions require electronic format, often via email, to the Contracting Officer (KO) and/or Contracting Officer's Representative (COR), with many requiring government review and acceptance before final approval.
    This government file outlines the deliverables and record-keeping requirements for environmental sampling, testing, and laboratory services under NJPDES Permit Number NJ0023540 for Naval Weapons Station Earle. Key deliverables include a Sampling Plan (due 15 days after award/annually), Sample Collection Logs (7 days after sampling), Field Testing Reports (7 days after testing), and Laboratory Analysis Reports (14 days after sample receipt). All deliverables require Government approval and must be submitted in both hard copy and electronic formats using Microsoft Office Word. The contractor is required to maintain all related records for a period of five years. The process involves government review and comment, with resubmissions required until acceptance. These instructions ensure compliance with environmental regulations and proper documentation of all activities.
    The Functional Assessment Plan (FAP) for Environmental services (Annex 1800000) outlines performance objectives, standards, and assessment methods for contractors. Key areas include environmental sampling, field testing, laboratory services, and hazardous material management. The plan details assessment levels (AL1, AL2, AL3) that escalate based on unsatisfactory performance, with specific frequencies (e.g., monthly, as required) and methods like periodic sampling (PS). Contractors are responsible for ensuring compliance with DoD, EPA, and state policies, timely sample collection and reporting, and preventing environmental releases due to mismanagement. The document also covers IDIQ (Indefinite Delivery Indefinite Quantity) work, with performance standards aligning with the specified environmental items. A monthly performance assessment summary is included for tracking and rating contractor performance in these critical environmental services.
    The document outlines a Work Breakdown Structure (WBS 1800000) for comprehensive environmental management services, likely for a government contract such as an RFP or grant. The FFP (Firm-Fixed-Price) work encompasses several key areas: sampling, field testing, and laboratory services; used oil management, including accumulation, collection, recycling, and disposal; and the management of discarded hazardous materials, hazardous waste, and other regulated waste (HM/HW/ORW), covering operations of accumulation areas, collection, transportation, and disposal. Additionally, the WBS details services for storm water and groundwater monitoring, and critical oil and hazardous substance spill response ashore, which includes containment, cleanup, disposal, reporting, and documentation. This structure provides a detailed framework for environmental compliance, waste management, and emergency response.
    Section M, titled “Evaluation Factors for Award,” focuses on environmental specifications for Specification 1800000. It outlines critical questions for potential contractors regarding their capability to meet environmental standards. Key inquiries include how laboratories will ensure analytical services meet detection limits, and the quality control processes for managing hazardous materials and waste to ensure regulatory compliance. This section is designed to assess a contractor’s environmental management and compliance capabilities, crucial for federal, state, and local RFPs involving environmental services.
    The document addresses two key questions related to a government contract: the incumbent contractor and the ownership of composite samplers. J.R. Henderson Labs, Inc. is identified as the incumbent, holding contract N4008521D0033 with a value of $613,370.00 for a 12-month base period and four 12-month option periods. Additionally, the document clarifies that the composite samplers currently on-site are owned by the Navy and will remain at the naval base, meaning the contractor is not required to provide them.
    The Naval Weapons Station (NWS) Earle seeks proposals for Environmental Laboratory Services, including sampling, certified analysis, administration, and documentation for wastewater and potable water testing in Leonardo and Colts Neck, New Jersey. This Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract has a 12-month base period and four 12-month option periods. The solicitation is 100% set aside for small businesses under NAICS Code 541380 with a size standard of $19,000,000. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, considering price, corporate experience (relevant contracts of similar size and scope within 3 years), and past performance (satisfactory rating or better). Key submission requirements include pricing for all periods, responses to specific technical questions, and evidence of current SAM registration. A site visit is scheduled for December 22, 2025, and quotes are due by January 14, 2026.
    Similar Opportunities
    N4008526R0032 - Misc Paving, Concrete and Minor Construction (Base + 4 Option Year IDIQ) at Naval Weapons Station Earle
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for miscellaneous paving, concrete, and minor construction services at Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contract, which is a total small business set-aside, encompasses a base year and four option years, with an estimated value between $1,000,000 and $5,000,000, and includes a minimum guarantee of $25,000. The successful contractor will be responsible for various tasks including pavement installation and maintenance, concrete rehabilitation, and installation of traffic control devices, all while adhering to strict safety and documentation protocols. Proposals are due by February 6, 2026, at 11:00 AM EST, and interested contractors must attend a mandatory site visit on January 16, 2026, at 10:00 AM EST. For further inquiries, contact Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.henrius@navy.mil.
    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.
    Blanket Purchase Agreement of Laboratory Analyses Services for Worldwide Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for a Blanket Purchase Agreement (BPA) for laboratory analyses services to support various environmental projects worldwide. The procurement aims to establish long-term agreements for laboratory services, including chemical analysis, toxicity testing, and air testing, with a focus on compliance with federal environmental regulations and adherence to strict quality standards. This opportunity is exclusively set aside for Women-Owned Small Businesses (WOSB), and interested vendors must demonstrate their capability and eligibility by providing necessary documentation to the contracting office by January 6, 2026. Proposals will be evaluated based on technical merit, past performance, and pricing, with the potential for up to three contractors to be awarded agreements. For further inquiries, interested parties may contact Ryan J. Kenniff or Nicole M. Mendes via the provided email addresses or phone numbers.
    NPDES Water Quality Analyses
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for NPDES Water Quality Analyses, with a total estimated award amount of $19 million. The contract requires laboratory testing services for various water quality parameters at multiple dams in the Pacific Northwest, ensuring compliance with National Pollution Discharge Elimination System (NPDES) permits. Key requirements include NELAP or state laboratory accreditation, timely delivery of analytical results, and strict adherence to federal regulations. Interested small businesses must register on SAM.gov and submit their proposals, including a signed SF 1449 and pricing schedule, by the specified deadline. For further inquiries, contact Mary Seiner at mary.l.seiner@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil.
    NAP Environmental Services Single Award Task Order Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the NAP Environmental Services Single Award Task Order Contract, aimed at providing environmental consulting services. The contract will require the contractor to perform various environmental assessments and analyses within the Philadelphia District Corps of Engineers' five-state area, which includes Delaware, eastern Pennsylvania, western and southern New Jersey, parts of northeastern Maryland, and sections of New York. This procurement is critical for ensuring compliance with environmental regulations and supporting the Corps' mission in managing the Delaware River Basin. Proposals are due by January 15, 2026, at 3 PM EST, and interested parties can contact Brian Cox at brian.w.cox@usace.army.mil or by phone at 215-656-6897 for further information.
    Internal Tank Inspection at Caven Point Marine Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes from qualified small businesses for internal tank inspections at the Caven Point Marine Terminal in Jersey City, New Jersey. The procurement involves comprehensive inspection and testing of various storage tanks, including diesel, gasoline, bilge, and gray water tanks, requiring confined space entry and adherence to specific safety regulations. This contract is crucial for ensuring the operational integrity and compliance of the tanks, with a performance period from February 2, 2026, to March 2, 2026. Interested parties must submit their quotes by January 12, 2026, and can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil for further information.
    EV32, Bethpage, Site 1, GM-38 Treatment System
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the long-term environmental operations, maintenance, and monitoring (OM&M) of the GM-38 Hot Spot Extraction Treatment System at the Naval Weapons Industrial Reserve Plant in Bethpage, New York. This contract task order aims to continue groundwater cleanup efforts, with an initial term of one year and the possibility of three extensions, not exceeding 54 months. The selected contractor will be responsible for project management, system operation, compliance monitoring, and reporting, adhering to strict safety and environmental standards. Proposals are due by February 5, 2026, at 2:00 PM (EST), and must be submitted electronically via the PIEE Solicitation Module; interested parties can contact Jurmin Francis-Ross at jurmin.m.francis-ross.civ@us.navy.mil for further information.
    Water Quality/Sediment Analysis IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V ENDIST ST PAUL office, is seeking proposals for a Water Quality/Sediment Analysis Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to engage qualified firms to provide testing laboratory services related to water quality and sediment analysis, as outlined in the attached Performance Work Statement. Such services are crucial for ensuring compliance with environmental regulations and maintaining the integrity of water resources. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Karl Just at karl.p.just@usace.army.mil or call 651-290-5768.
    Water Sample Collection and Analysis Services - Amend 2
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned 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 using EPA-approved methods to assess water quality and ensure compliance with relevant regulations, with a total contract value estimated at $19,000,000.00. This procurement is critical for maintaining water safety and quality standards, as it involves routine and emergency testing for contaminants such as PFAS, fecal coliform, and heavy metals. Interested parties must submit their quotes electronically by January 19, 2026, and can direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via the provided email addresses.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is soliciting proposals for technical services related to its Research, Development, Testing, and Evaluation (RDT&E) program. The contractor will provide essential support focused on Navy-driven research needs concerning at-sea compliance and permitting, ensuring uninterrupted training and testing in accordance with relevant environmental laws and regulations. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and includes a base contract period of one year with four additional option years, with proposals due by January 6, 2026. Interested vendors should contact Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil for further details.