B--Coliform Bacteria Potable Water Testing
ID: P16PS01060Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

PSC

SPECIAL STUDIES/ANALYSIS, NOT R&D (B)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors for a contract focused on coliform bacteria testing in potable water systems. This procurement aims to ensure the safety and quality of drinking water within national parks by conducting thorough testing and analysis of water samples for coliform bacteria presence. The services are critical for maintaining public health standards and compliance with environmental regulations. Interested parties should reach out to James O'Brien for further details regarding the submission process and any upcoming deadlines.

    Point(s) of Contact
    O'Brien, James
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    Legionella Water Testing (Boise VAMC)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    Class B Water Testing Solicitation
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution (FCI) Pekin, Illinois, is soliciting quotes for Class B Water Testing Services under solicitation number 15B41126Q00000003. The contractor will be responsible for collecting water samples, conducting IEPA Bac-T testing, completing necessary paperwork, and submitting results to the Illinois Environmental Protection Agency (IEPA) in compliance with state regulations. This procurement is critical for ensuring water quality and safety within the institution, with the contract structured as an indefinite delivery/requirements type, including a base year and up to four optional years, plus a potential six-month extension. Interested small businesses must submit their quotes electronically to Hans Frei at hfrei@bop.gov by December 19, 2025, at 4:00 PM CST, and must possess a valid IEPA Class B Water Operator’s License to be considered for the award.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, is seeking quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating groundwater impacted by Per- and polyfluoroalkyl substances (PFAS), with a focus on comprehensive analysis of all 40 PFAS compounds. This project is critical for environmental safety and compliance, and the contract will span a base period from January 5, 2026, to June 30, 2026, with an option for an additional year. Interested vendors must submit their quotes by December 12, 2025, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide 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, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Bottled Water Supply Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking qualified vendors to provide Bottled Water Supply Services for various locations within Maryland. The procurement requires the delivery of Natural Spring Water in multiple container sizes, including 5-gallon, 1-gallon, and 0.5-liter bottles, all of which must be BPA-free and meet specific safety and quality standards. This service is crucial for supporting the Directorate of Public Works and ensuring access to potable drinking water across multiple APG sites. Interested vendors must submit their capability statements and responses to a detailed questionnaire by December 18, 2025, at 3:00 PM ET, to the designated contacts, Nicole Sutton and Donna Poteat, via email.