Water and Wastewater Lab Analysis for Fort McCoy
ID: W911SA25QA063Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, 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, specifically the Department of the Army, is seeking a qualified contractor to provide Water and Wastewater Laboratory Analysis Services at Fort McCoy, Wisconsin. The contract requires a Wisconsin-certified laboratory to conduct analyses of drinking water, wastewater effluent, and sludge samples, adhering to Environmental Protection Agency methodologies and state regulations. This procurement is crucial for ensuring compliance with environmental health standards and maintaining safe water quality at the facility. Interested small businesses, particularly Women-Owned Small Businesses, should contact Breanna Huff at breanna.d.huff.civ@army.mil for further details, with the contract performance period commencing on April 1, 2025, and lasting for one base year with four optional renewal periods.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the contract for Water and Wastewater Laboratory Analysis Services at Fort McCoy, WI. The objective is to engage a Wisconsin-certified laboratory to analyze drinking water, wastewater effluent, and sludge samples, following Environmental Protection Agency methodologies. Key responsibilities of the contractor include providing necessary sampling materials, ensuring timely delivery of analysis results, and complying with established state regulations. The contract spans one base period and four optional years, with a potential extension of six months. Quality control is emphasized, with a framework for corrective action requests (CARs) based on nonconformance, categorized from Level I (minor issues) to Level IV (critical issues). The contractor must maintain adequate staffing and attend performance evaluation meetings with government representatives. Sample collection procedures, timelines for analysis, and reporting requirements are specifically detailed to ensure compliance with health and safety standards. The PWS mandates the contractor to electronically submit results to both the Wisconsin Department of Natural Resources and designated government officials. Overall, this contract aims to improve water safety and regulatory compliance, ensuring that Fort McCoy effectively meets environmental standards.
    The Fort McCoy Antiterrorism/Operations Security (OPSEC) Requirements Package outlines essential procedures for ensuring safety and compliance in contractor operations. It mandates a signed AT/OPSEC cover sheet for all contracts, excluding certain low-value supply contracts, and requires reviews by the antiterrorism officer (ATO) and OPSEC officer before submission. Key provisions include mandatory training in AT Awareness, OPSEC, Counterintelligence, and handling classified information, which must be completed within specified timeframes. The document details specific language to be included in performance work statements (PWS) for various contractor roles, emphasizing access control, security policies, and compliance with government regulations. Additionally, it addresses requirements for delivering food and water, handling classified information, and performance in foreign countries. Overall, the guidance enhances security measures for contractor personnel while operating within Army installations and supports compliance with broader regulatory mandates. This framework is crucial for maintaining operational security and safeguarding sensitive information in government contracts.
    The Performance Requirements Summary (PRS) outlines the essential service requirements for a contractor involved in sample analysis for the government, detailing performance objectives, standards, and acceptable quality limits (AQL). Each objective specifies the contractor's responsibilities, such as providing sample materials and analyzing samples according to EPA methodologies and state regulations. The performance standards emphasize the importance of timeliness and quality, with strict requirements of zero deviations or validated complaints. Surveillance methods include customer feedback and inspections, with any failure to meet AQLs needing corrective action requests. The PRS ensures clarity in monitoring contractor performance and establishes a framework for accountability throughout the period of performance, underscoring the government’s authority to conduct compliance surveillance as necessary. This structured approach is typical of government RFPs, federal grants, and state/local RFPs, ensuring service providers meet specific operational and quality benchmarks.
    The document outlines the deliverables required for a government contract, detailing necessary documentation, submission formats, and timelines related to water quality testing and sample analysis. Key personnel information must be submitted within five business days of contract award, while drinking water sample containers need to be provided within five working days upon request, with corresponding analysis reports due within 30 calendar days of sample receipt. Monthly and annual tasks include the submission of wastewater and sludge sample containers and analyses, with varying reporting timelines ranging from seven to 20 working days post-sample analysis. Additionally, all support documents, reports, and invoicing should be submitted within ten working days following the end of each service month. The document serves as a structured guideline aimed at ensuring compliance with environmental monitoring and reporting requirements outlined in federal RFPs, underscoring the government’s focus on maintaining safe water quality standards and timely communication of related findings to designated authorities. Overall, it aims to ensure governmental oversight and accountability in environmental health services.
    The Wage Determination Log provides essential wage information for contractors and workers at Fort McCoy in Monroe County, Wisconsin, under wage determination number 2015-4929. This document serves as a reference for federal contracting, ensuring compliance with established wage standards for specific job classifications. It notifies users to consult the official website, SAM.gov, for comprehensive wage determinations by searching the listed wage determination number. Additionally, it contains a facility ID, revision details, and an upcoming revision date of December 22, 2024. This log is crucial for maintaining fair labor practices and is part of the broader context of federal government contracts, grants, and local workforce regulations.
    The document outlines a solicitation for Water and Wastewater Lab Analysis Services at Fort McCoy, Wisconsin, intended for Women-Owned Small Businesses (WOSB). It specifies the required services, which include drinking water monitoring, wastewater effluent analysis, and sludge sample testing, ensuring compliance with Wisconsin Administrative Codes. The contract has a base year performance period from April 1, 2025, to March 31, 2026, with four optional renewal periods. The document details various line items, quantities, unit prices, and the total contract amounts for the services provided. Contractors must comply with numerous federal acquisition regulations (FAR) and Department of Defense rules pertaining to electronic invoicing and payment processing. It includes comprehensive instructions for the submissions, inspection criteria, and requirements for contractor performance assessments. The emphasis is placed on obtaining quality laboratory services that meet government standards, thereby ensuring safe and reliable water and wastewater management. The overarching aim is to support governmental compliance and environmental protection initiatives through quality assurance in laboratory testing.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Drinking and Waste Water Laboratory Testing at US Coast Guard Training Center Petaluma
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drinking and wastewater laboratory testing services at the Training Center in Petaluma, California. The procurement aims to ensure compliance with environmental standards through comprehensive analysis of drinking water and wastewater, including testing for coliform bacteria, disinfection byproducts, lead, copper, and other critical parameters. This contract is vital for maintaining public health and safety standards in water management, with a performance period commencing on April 1, 2025, and extending through March 31, 2030, including options for renewal. Interested bidders should contact Angela M. Barker at angela.m.barker@uscg.mil or 206-836-2921 for further details and to ensure compliance with submission guidelines.
    Laboratory Sampling and Analysis of Potable Water, Wastewater and Unknown Waste and Material at USAG Italy, DMC
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking proposals for laboratory sampling and analysis services related to potable water, wastewater, and unknown waste materials at the U.S. Army Garrison (USAG) Italy, Darby Military Community. The procurement aims to ensure compliance with both U.S. and Italian environmental regulations, emphasizing the importance of maintaining public health and environmental safety through rigorous testing and analysis protocols. This contract is particularly significant as it supports the operational needs of the military installation while promoting participation from Woman-Owned Small Businesses (WOSB) and Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB). Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Ketti Andrei at ketti.andrei2.ln@army.mil or Sonia Zanobini at sonia.zanobini2.ln@army.mil.
    Guardian Response 25 Grey Water Support for Multiple Sites in Indiana
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Guardian Response 25 Gray Water Support project, which involves the management of gray water at multiple sites in Indiana, including the Muscatatuck Urban Training Center. The primary objective is to provide comprehensive gray water storage and removal services, ensuring compliance with federal, state, and local regulations while promoting sustainable water management practices. This initiative is critical for supporting training events related to search and rescue and casualty decontamination, emphasizing the importance of effective resource management in emergency preparedness. Interested small businesses, particularly those owned by women, are encouraged to submit proposals by the deadline, with an estimated contract value of $9 million and performance scheduled from April 24 to May 15, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Water Testing Tioga-Hammond and Cowanesque Lakes, PA
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified contractors for water testing services at Tioga-Hammond and Cowanesque Lakes in Pennsylvania. The procurement aims to ensure compliance with environmental standards and assess water quality, which is critical for maintaining the health of aquatic ecosystems and recreational areas. This opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 541380 for Testing Laboratories and Services, and the PSC code S208 for housekeeping and landscaping services. Interested parties should contact Ashley Flaherty at Ashley.M.Flaherty@usace.army.mil or 410-962-5626, or Tonja Dreke at tonja.j.dreke@usace.army.mil or 912-755-8956 for further details.
    H946--Critical Water Testing and Treatment SVC, MA, 36C255-25-AP-0812, 657-25-2-2977-0003 (VA-25-00034285)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Critical Water Testing and Treatment services at VA medical centers in Marion, IL, and Evansville, IN. The contract aims to ensure compliance with health standards through services such as unscheduled emergency sanitation and water quality testing, with a total estimated value of $19 million, including a minimum guarantee of $175,000 and a maximum ceiling of $1 million. This procurement is particularly significant as it is set aside for small businesses, including those owned by service-disabled veterans, reflecting the government's commitment to supporting veteran-focused enterprises. Interested parties should direct inquiries to Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov, with key deadlines for questions extended to February 24, 2025.
    Shafer Dam/Success Lake Water Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is seeking qualified contractors for water testing services at Shafer Dam/Success Lake in California. The procurement aims to ensure compliance with environmental standards by providing essential water quality support services, categorized under the NAICS code 541380 for Testing Laboratories and Services. This opportunity is particularly significant as it contributes to the protection of environmental systems, which is vital for maintaining the integrity of water resources. Interested small businesses are encouraged to reach out to Luis Valencia at luis.a.valencia@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further details, as this is a total small business set-aside under FAR 19.5.
    Gathright Dam Water Sampling
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is soliciting quotations for water sampling services at Gathright Dam in Covington, Virginia, under Solicitation No. W9123625Q1398. The contract requires the contractor to perform laboratory analysis of water samples to monitor water quality trends and inform reservoir operations, with a focus on various specified parameters analyzed biweekly and bi-monthly. This procurement is crucial for maintaining environmental standards and ensuring compliance with water quality regulations. Quotations are due by 2:00 p.m. EST on March 3, 2025, and interested parties should contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL for further information.
    Water Testing & Treatment Service
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    H146--Wastewater Sampling and Analysis ,Chemical Oxygen Demand (COD) TEST Answers to Solicitation Questions
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a contract focused on wastewater sampling and analysis, specifically targeting Chemical Oxygen Demand (COD) testing. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to secure essential laboratory services that comply with federal contracting regulations. The contract will be performed at the Tibor Rubin VA Medical Center in Long Beach, California, with an estimated cost of $6,960.00 for FY2024. Interested parties must submit their responses by February 26, 2025, at 2:00 PM Pacific Time, and can reach out to Contract Specialist Jeanette Dedvukaj at jeanette.dedvukaj@va.gov for further information.
    Bottled Water
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the procurement of bottled water services at Aberdeen Proving Ground in Maryland. The contract encompasses the delivery of various bottled water sizes, including 1-gallon and 0.5-liter bottles, along with cooler rentals and associated costs, with a focus on supporting Women-Owned Small Businesses (WOSB) under the SBA Certified program. This procurement is vital for ensuring the availability of essential drinking water supplies to government facilities while adhering to federal contracting regulations. Interested vendors should direct inquiries to Debora Cristina Cardoso Thelen at debora.c.cardosothelen.civ@army.mil or Barbara Cousins at barbara.d.cousins.civ@army.mil, as all submissions must comply with the outlined requirements and deadlines specified in the solicitation documents.