Harmful Algal Blooms (HABs) Analytical Services
ID: 140G0225R0001Type: Solicitation
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 U.S. Geological Survey (USGS) is seeking proposals for Harmful Algal Blooms (HABs) Analytical Services, aimed at securing a firm-fixed price contract for the analysis of environmental samples related to harmful algal blooms. The procurement requires contractors to utilize standard analytical methods that comply with stringent quality control requirements, ensuring accurate monitoring and reporting of environmental data. This initiative is crucial for enhancing the understanding and management of water quality and public health safety concerning harmful algal blooms across various aquatic ecosystems. Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total contract value capped at $9.3 million over a five-year period, beginning January 13, 2025, and potentially extending for an additional six months. For further inquiries, contact Jennifer Rollin at jrollin@usgs.gov or call 303-236-9321.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a comprehensive analytical proposal addressing the testing and quantification of various cyanotoxins and chlorophyll concentrations in different water and sediment matrices. The primary focus is on the detection and characterization of harmful cyanobacteria-related toxins, such as microcystins, nodularin, and cylindrospermopsin across diverse environments including freshwater, marine water, and sediment samples. It specifies the required methodologies, predominantly High-Performance Liquid Chromatography (HPLC), LC-MS/MS, and Enzyme-Linked Immunosorbent Assay (ELISA), along with necessary details for sample processing and reporting results. The document is structured to present a sample matrix alongside analytical methods, ensuring clarity on sample types and corresponding methodologies to be utilized. Furthermore, there are detailed sections on the expected quantities and costs associated with these analyses across multiple years, aiming for consistent monitoring and assessment of algal harms in aquatic ecosystems. This proposal is essential for state and federal agencies’ compliance and regulatory frameworks concerning water quality and public health safety.
    This document presents a series of analytical results related to integer sample testing, specifically focusing on parameter code 00680. The results showcase measured values ranging between 4.8 and 4.9 across multiple samples, all tagged under the same method and qualifier codes (CMB05, added qualifier code: none). Each sample is documented with a unique identifier and a report level of "MI-LI". The data was compiled on November 9, 2021, reflecting standardized responses indicative of the sampling process. The consistency in result values suggests a controlled testing environment aimed at gathering reliable data points for further analysis. Given the context of government RFPs and grants, this document might serve to inform related decision-making processes regarding environmental testing or quality assurance protocols. Overall, it indicates adherence to statistical rigor and methodical validation in capturing essential evaluation data.
    The document outlines a laboratory sample analysis conducted for a water quality assessment related to a federal or state environmental project. The sample, collected on November 30, 2022, was analyzed for copper using EPA Method 200.8. It was reported that the sample volume of 200 mL was below the required 250 mL, categorizing it as unacceptable (U) due to non-conformance with the sampling protocol. Additionally, the visual quality of the sample was noted as muddy, further emphasizing potential issues with collection or contamination. Essential administrative details such as identification codes and timestamps of sample arrival and analysis completion are included, forming a structured summary of compliance with environmental monitoring standards. This document serves to ensure regulatory adherence in water sampling and analysis required in government-funded environmental projects.
    The document outlines a comprehensive framework for analytical methods related to the testing of various cyanotoxins, chlorophylls, and phytoplankton across different water types, including freshwater and marine environments. It specifies a range of testing methods, primarily utilizing High-Performance Liquid Chromatography (HPLC), Liquid Chromatography-Mass Spectrometry (LC-MS/MS), and Enzyme-Linked Immunosorbent Assay (ELISA) for detecting harmful cyano- and phytoplankton species. A detailed list categorizes these toxins and pigments by matrix type—spanning sediment, animal tissue, and different forms of water. The methodology section emphasizes reporting requirements, including the need for appropriate detection techniques and the necessity of detailed specifications regarding extraction and analysis. The primary purpose of this document is to establish standard operating procedures for laboratories tasked with producing reliable data on water quality and toxicity, supporting federal and local governmental initiatives aimed at environmental monitoring and public health safety. This structure ensures consistency and accuracy in reporting, crucial for regulatory compliance, particularly in the context of federal grants and requests for proposals (RFPs) that focus on environmental testing and research.
    The document outlines the Analytical Services Request (ASR) protocol for the U.S. Geological Survey (USGS) regarding laboratory analysis of environmental samples. It requires accurate completion of multiple fields related to sample identification, project details, and laboratory specifics, with initial fields such as Station ID, Project Account, and USGS contact information being critical. The ASR includes detailed sections for analytical work requests, which specify required analyses, preservation methods, and any special instructions for handling samples. The file emphasizes the importance of chain of custody documentation, showcasing how samples are relinquished and received for analysis. Contract Item Numbers (CINs) are designated as lab codes for tracking specific analytical requests. This comprehensive approach ensures proper management of environmental data and adherence to federal standards for scientific accuracy and integrity. The document is integral to the USGS's function of monitoring and analyzing geological and hydrological conditions as part of federal grant and contract protocols.
    The government document outlines a Request for Proposal (RFP) by the U.S. Geological Survey (USGS) for Harmful Algal Blooms (HABs) Analytical Testing Services. The contract aims to secure a firm-fixed price for providing essential analytical services for environmental samples, utilizing standard methods that adhere to stringent quality control requirements, in compliance with the Federal Acquisition Regulation (FAR). The RFP sets a performance period from January 13, 2025, to January 12, 2030, with the potential for a six-month extension. Important stipulations include the necessity for contractors to be registered in the System for Award Management (SAM), perform at least 50% of the work internally, and adhere to specific environmental analytical methods. The contractor is responsible for providing detailed reporting of analytical results and maintaining a documented quality assurance system. The total contract value is capped at $9.3 million over five years, emphasizing accountability and compliance with environmental data standards. The document also outlines conditions for acceptable performance and implications for non-compliance. Overall, the RFP demonstrates a commitment to enhancing environmental monitoring and response related to harmful algal blooms across the U.S.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B--Harmful Algal Blooms (HABs) Analytical Services
    Active
    Interior, Department Of The
    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 procurement involves conducting scientific analyses of environmental samples, including water and biological matrices, in accordance with established methods from the U.S. Environmental Protection Agency and other authoritative bodies. This initiative is crucial for monitoring the environmental impacts of harmful algal blooms, supporting regulatory investigations, and advancing scientific research efforts. The total contract value is estimated at $9.3 million, with a performance period of five years and a possible six-month extension, primarily in the Greater Denver, Colorado area. Interested parties can contact Jennifer Rollin at jrollin@usgs.gov or 303-236-9321 for further information, with the solicitation expected to be released around December 15, 2024.
    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.
    A--USGS Landsat Science Team
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for the establishment of a Landsat Science Team to support ongoing and future Landsat missions, focusing on sustainable land imaging and data archiving. The team will be responsible for conducting technical studies, improving data collection and processing, and ensuring interoperability with international programs, thereby enhancing Earth observation capabilities. This initiative is crucial for advancing scientific research and applications related to environmental monitoring and natural resource management. The contract is expected to span five years, with an estimated annual award range of $150,000 to $250,000, totaling approximately $5 million. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details, with proposals due by the specified deadlines.
    R--Digital Services, Motus/Hydra Database Development
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors for the development of the Motus/Hydra Database as part of a digital services contract opportunity. This procurement aims to enhance the agency's capabilities through custom computer programming services, which are critical for managing and analyzing geological data effectively. The contract is set aside for small businesses, with a funding limit of $34 million, and the submission deadline for seller questions is October 29, 2024, while the overall contract end date is October 30, 2024. Interested parties can reach out to Donald Downey at ddowney@usgs.gov or by phone at 303-236-9331 for further information.
    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.
    Analytical Chemistry Analysis Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking sources for Analytical Chemistry Analysis Services. The contractor will be responsible for analyzing water, soil, and tissue samples, requiring a full-service vendor capable of providing all necessary labor, sampling supplies, shipping, and disposal of samples, while adhering to strict accreditation standards. This procurement is critical for ensuring accurate environmental assessments and compliance with regulatory requirements, with a focus on non-potable water and complex matrices. Interested businesses must submit their capability statements and relevant information by November 18, 2024, to Crystal North at crystal.e.north@usace.army.mil.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the Hazard Mitigation Technical Assistance Program (HMTAP) to procure Non-Architectural and Engineering (Non-A&E) services. The objective of this procurement is to establish three single-award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts across three geographic zones in the United States, aimed at enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation responsibilities. These services are critical for supporting resilience grants, conducting environmental assessments, and providing technical assistance related to hazard mitigation efforts. Interested contractors must submit their proposals by November 12, 2024, with a guaranteed minimum contract value of $20,000 and a maximum of $93,300,000 for each contract. For further inquiries, potential offerors can contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals for a firm-fixed price contract to acquire and maintain comprehensive vessel register data for its Waterborne Navigation Program. The primary objective is to obtain detailed information on commercial vessels, including specifications such as vessel type, dimensions, and operational status, to support evaluations of waterway improvements critical for domestic and foreign trade. This initiative emphasizes the importance of accurate and historical data collection for effective decision-making in waterway management, with a contract period that includes one base year and four optional years. Interested vendors must submit their proposals by October 21, 2024, and direct any inquiries to David A. Kaplan at david.a.kaplan@usace.army.mil or Quan Nguyen at Quan.Nguyen@usace.army.mil.
    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.
    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.