Water Quality Testing Services, Upper Connecticut River Basin, VT & NH
ID: W912WJ26QA018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, 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 U.S. Army Corps of Engineers - New England District is soliciting proposals for Water Quality Testing Services in the Upper Connecticut River Basin, covering areas in Vermont and New Hampshire. The contractor will be responsible for providing all necessary labor, materials, and equipment to conduct both potable and non-potable water sampling and analyses, ensuring compliance with State and Federal regulations to protect public health. This procurement is crucial for maintaining water quality at designated reservoirs and projects, with a focus on timely reporting of results for contaminants such as total coliform and e-coli. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by December 8, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number W912WJ26QA018, issued by W2SD ENDIST NEW ENGLAND KO CONTRACTING DIVISION. The amendment, dated December 4, 2025, addresses industry questions regarding the solicitation. Key clarifications include that the "Field Support/Retest (hours)" section of the bid schedule is specifically for retesting in cases of failed test results, and the Contractor is responsible for collecting samples for testing. The solicitation closing date remains December 8, 2025, at 2:00 PM Eastern. All other terms and conditions of the original solicitation remain unchanged. This amendment is crucial for bidders to understand specific requirements and ensure compliance when submitting their offers.
    The document outlines a Performance Work Statement for potable and non-potable water testing services for the U.S. Army Corps of Engineers. These services are required for the Upper Connecticut River Basin, specifically in Vermont and New Hampshire. The document likely serves as a component of a federal government Request for Proposal (RFP) or a similar procurement document, detailing the scope of work for potential contractors to ensure water quality within the specified geographical area. The mention of
    This government Request for Quotations (RFQ) outlines requirements for potable and non-potable water quality testing services in the Upper Connecticut River Basin, Vermont, and New Hampshire. The U.S. Army Corps of Engineers seeks a contractor to perform water collection and analysis at designated reservoirs and projects, adhering to State and Federal regulations. The contract includes a base year and two option years, with specific testing frequencies for total coliform, e-coli, nitrates, arsenic, lead, and sodium. Key requirements include laboratory location within the Lebanon-Keene travel corridors, adherence to safety protocols (e.g., Accident Prevention Plan, Activity Hazard Analysis), and SAM registration. Contractors must provide certified personnel, manage waste disposal, and ensure equipment is in good condition. The solicitation emphasizes timely reporting of results, especially for coliform, to ensure public safety and regulatory compliance. Wage determinations and various FAR/DFARS clauses are incorporated by reference or full text, including provisions for small business rerepresentation and specific security requirements.
    Similar Opportunities
    W9123726QA006 Water Quality Analysis and Testing
    Buyer not available
    The Department of Defense, specifically the Huntington District of the U.S. Army Corps of Engineers, is seeking to procure an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Water Quality Analysis and Testing services. This contract will cover a base period of one year, with the possibility of four additional one-year option periods, commencing from the date of award and extending through September 30, 2030. The services are crucial for ensuring compliance with water quality standards and supporting environmental assessments within the district's jurisdiction. Interested vendors can reach out to Bret Foley at bret.r.foley@usace.army.mil or Philip Davis at philip.s.davis@usace.army.mil for further information regarding the solicitation.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide office janitorial services for the North Springfield Lake and Upper Connecticut River Basin in Vermont. The contractor will be responsible for furnishing all necessary equipment, materials, and labor to clean the designated offices, adhering to the Performance Work Statement. This procurement is crucial for maintaining a clean and functional work environment for government operations, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 5, 2025, and must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be answered.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is issuing a presolicitation notice for Grounds Maintenance Services at Colebrook River Lake in Colebrook, CT. The procurement requires the contractor to provide all necessary labor, equipment, materials, and transportation to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct spring and fall clean-up on 2.5 acres, including clearing drainage swales and catch basins. This service is crucial for maintaining the aesthetic and functional quality of the recreational area, ensuring it remains safe and accessible for public use. Interested small business vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 4, 2025; inquiries should be directed to Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is seeking qualified contractors to provide snow removal and sanding services at Black Rock Lake, Northfield Brook Lake, and Thomaston Dam in Thomaston, Connecticut. The contractor will be responsible for supplying all necessary equipment, materials, labor, and transportation to perform these services in accordance with the Performance Work Statement. This procurement is crucial for maintaining safe access and operational efficiency during winter months at these facilities. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 8, 2025. Interested vendors must have an active registration in SAM.gov at the time of submission to be considered, and questions regarding the procurement will only be addressed after the solicitation is posted.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking small business vendors to provide snow removal and sanding services at Birch Hill Dam and Tully Lake in Royalston, MA. The procurement requires the contractor to supply all necessary equipment, materials, labor, and transportation for effective snow management in these project areas. These services are crucial for maintaining accessibility and safety during winter months at the facilities. The solicitation is expected to be available online around December 11, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    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.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting 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 PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.
    Increasing capacity on IDIQ W912WJ19D0003
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers New England District, is seeking to increase capacity on the existing IDIQ contract W912WJ19D0003 for environmental support services. The procurement focuses on three main program areas: a Groundwater Treatment Plant Treatability Study at Hanscom Air Force Base in Bedford, MA, a Remedial Investigation for LF004 at the same base, and construction phase services at the Raymark Superfund Site in Stratford, CT. This additional capacity is crucial to ensure the timely completion and maintenance of ongoing environmental remediation efforts. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.