POTABLE WATER TESTING SERVICES FOR THE CHEQUAMEGON NICOLET NATIONAL FOREST
ID: 12444625Q0012Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 7Atlanta, GA, 303092449, USA

NAICS

Other Justice, Public Order, and Safety Activities (922190)

PSC

INSPECTION- MISCELLANEOUS (H399)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 10:00 PM UTC
Description

The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for potable water testing services for the Chequamegon Nicolet National Forest in Wisconsin. The contract will involve conducting various water quality tests, including annual nitrate sampling and monthly to quarterly coliform sampling, to ensure compliance with the Safe Drinking Water Act and Forest Service Directives. This initiative is crucial for maintaining safe drinking water standards within the national forest, which manages nearly 100 active potable drinking water wells. Interested contractors must submit their proposals by the specified deadline, with the contract set to commence on May 1, 2025, and extend through February 28, 2030. For further inquiries, potential bidders can contact Debra Derickson at Debra.Derickson@usda.gov.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 4:06 PM UTC
This government document outlines a Request for Proposal (RFP) for potable water testing services across various sites in the Chequamegon-Nicolet National Forest, administered by the USDA Forest Service. The service is set to commence on May 1, 2025, and extend over multiple years until February 28, 2030, with specific performance options for subsequent years. The document includes critical details such as the NAICS code (922190) for the services, the payment procedures, and the requirement for the contractor to be a small business, with specific categories highlighted for participation, including service-disabled veteran-owned and women-owned small businesses. It serves as a solicitation for firms to submit their offers by the due date specified, with contract details indicating potential option line items for additional annual testing services. The document's structured format includes sections for contractor details, service descriptions, and terms of agreement, reflecting the formal processes associated with government procurement.
Mar 25, 2025, 4:06 PM UTC
The government document outlines the schedule for coliform and nitrate sample analysis and reporting as part of a federal contract. The schedule spans multiple years, beginning on May 1, 2025, and includes options for renewal through 2030. Each year’s contract entails the analysis of 476 coliform samples and 95 nitrate samples, billed on a per-sample basis. The base year covers the period from May 2025 to February 2026, followed by optional years extending through February 2030. This structured approach serves to ensure compliance with water quality monitoring and reporting requirements, vital for public health and safety. The document reflects a systematic procurement process in response to regulatory needs, indicating a commitment to maintaining compliance with environmental standards through continued monitoring efforts. Overall, this RFP is integral to environmental protection initiatives within government frameworks, specifically targeting water quality management.
Mar 25, 2025, 4:06 PM UTC
The Chequamegon-Nicolet National Forest manages nearly 100 active potable drinking water wells that require compliance with the Safe Drinking Water Act and Forest Service Directives. To meet these regulations, various water quality tests must be conducted, including annual nitrate sampling and monthly to quarterly coliform sampling based on system usage. The specific number of samples needed is uncertain and may require contract adjustments if estimates are surpassed. The Forest Service is responsible for collecting samples and ensuring they are shipped properly to a certified Wisconsin lab for analysis. Lab communication protocols are detailed, primarily for coliform and nitrate test results, emphasizing quick notification for any non-viable samples or hazardous findings. Reporting must adhere to Wisconsin DNR standards for public water systems, and results must be shared with samplers and the Contracting Officer Representative (COR) within five business days of completion. This outline demonstrates the federal commitment to maintaining safe drinking water standards within the national forest.
The document details a solicitation for providing potable water testing services across the Chequamegon Nicolet National Forest. It specifies that only one contractor will be awarded the contract and must submit pricing for all items listed in Attachment A, which is part of the Schedule of Items. The Statement of Work (SOW) outlines the requirements for conducting water sample tests at various forest locations. The contract clauses included cover federal acquisition regulations, emphasizing contractor compliance with identity verification, system maintenance, and protection of government property. It also outlines terms of the contract, including options to extend service and the evaluation criteria for proposals, focusing on technical capability and past performance alongside pricing. Additionally, the solicitation requires contractors to adhere to specific labor standards and certifications, particularly those related to service contracts, including provisions on whistleblower protections and prohibitions on the use of certain telecommunications equipment. Overall, this solicitation demonstrates the federal government's structured approach to ensure compliance and quality in contracting services aimed at environmental protection and public health within federal managed lands.
Mar 25, 2025, 4:06 PM UTC
The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates applicable to various occupations in specific counties of Wisconsin. The purpose is to ensure that contractors adhere to wage standards set by Executive Orders 14026 and 13658. Contracts awarded on or after January 30, 2022, must pay a minimum of $17.20 per hour, while contracts from January 1, 2015, to January 29, 2022, must meet a lower rate of $12.90 per hour, unless higher rates are specified. The determination lists numerous occupations with corresponding wages, fringe benefits, and notes certain specifications such as health and welfare benefits of $5.36 per hour. Additionally, it outlines the requirements for paid sick leave under Executive Order 13706 and describes the process for classifying additional occupations not listed. The document emphasizes the legal obligations of contractors regarding compensation, including uniform allowances and hazard pay. Overall, it seeks to clarify wage standards and employee rights to promote fair labor practices in government contracts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
Mechanical Treatment Brushing on the Chequamegon Nicolet National Forest
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for mechanical treatment and brushing services on the Washburn Ranger District of the Chequamegon-Nicolet National Forest in Wisconsin. The project aims to mechanically remove sub-merchantable trees and shrubs across five designated areas totaling 85 acres, with operations scheduled from August 1 to September 30, 2025, to enhance forest health and biodiversity. This initiative underscores the federal commitment to sustainable land management practices and habitat restoration on public lands. Interested small businesses, including service-disabled veteran-owned and HUBZone companies, should direct inquiries to Debra Derickson at Debra.Derickson@usda.gov, with a total contract value of $11.5 million and proposals due by the specified deadline.
Keough Domestic Water Well, Black Hills National Forest, South Dakota
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the construction of the Keough Domestic Water Well located in the Black Hills National Forest, South Dakota. The project entails the construction, development, testing, and disinfection of a new domestic water well, including the installation of a submersible pump and all necessary connections to operationalize the well. This initiative is part of the government's commitment to enhancing water infrastructure in national forests, ensuring compliance with safety and environmental standards. Proposals are due by May 5, 2025, with a performance period from June 30, 2025, to October 28, 2025. Interested contractors can reach out to Holly Hlavac at holly.hlavac@usda.gov or Lucas Dahlman at Lucas.Dahlman@usda.gov for further inquiries.
Janitorial Services, Chequamegon Nicolet NF SO
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide janitorial services for the Chequamegon-Nicolet National Forest's Rhinelander Administrative Office in Wisconsin. The contract encompasses cleaning a one-story office building of approximately 18,694 square feet, with a detailed schedule of daily, weekly, monthly, and annual tasks that must be performed to maintain sanitation and cleanliness standards. This procurement emphasizes the use of environmentally sustainable janitorial supplies that meet BioPreferred requirements, reflecting the federal commitment to reducing environmental impact through the use of biobased products. Interested vendors are encouraged to attend a site visit scheduled for April 28th, and they can direct inquiries to Shad Stoddard at shad.stoddard@usda.gov. The contract will be awarded based on a competitive evaluation of quotes, with a focus on price and past performance, and is set to cover a base year with multiple option years from July 5, 2025, to July 4, 2030.
Yellowstone NP Wastewater Groundwater Monitoring
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for groundwater monitoring services at Yellowstone National Park, specifically near its wastewater treatment plants. The project involves annual monitoring of groundwater and surface water at multiple sites, including Fishing Bridge, Grant Village, Old Faithful, and Madison, with a focus on assessing the impact of wastewater treatment on local water quality. This contract, set aside for small businesses, requires the contractor to monitor 58 well and surface water sites between August 1 and September 30, 2025, with a final report due by February 15, 2026. Interested vendors must submit their proposals, including project narratives and past performance examples, by the specified deadlines, and can direct inquiries to Molly Lynam at MollyLynam@nps.gov.
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for the GAOA Forest Wide Toilet Replacement and Installation project, aimed at upgrading restroom facilities across the Beaverhead-Deerlodge National Forest in Montana. This project involves the removal of outdated vault toilets, installation of new Aspen model toilets, and construction of accessible pathways, all while adhering to federal construction specifications and environmental safety standards. The initiative is part of a broader effort to enhance recreational facilities and public health within national forests, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals by May 21, 2025, with work expected to commence by June 1, 2025, and complete by November 1, 2027. For further inquiries, contact Paula Sales at paula.sales@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and logistics to ensure compliance with federal regulations, including wage determinations, while maintaining operational readiness. This initiative is crucial for ensuring adequate sanitation facilities during emergencies, reflecting the government's commitment to effective resource deployment. Interested vendors must submit their offers by April 28, 2025, with inquiries directed to Dana Price at dana.price2@usda.gov or (202) 205-0913.
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.
Region 04 Toilet Pumping Services
Buyer not available
The U.S. Department of Agriculture (USDA), specifically the Forest Service, is seeking qualified contractors to provide toilet pumping services in Region 04 as part of an upcoming Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This contract will involve on-demand pumping of vault toilets and restroom facilities across various forests, with each vault capable of holding up to 1,000 gallons, ensuring proper maintenance of restroom facilities in remote areas. Interested parties must respond by May 2, 2025, and be registered in the System for Award Management (SAM) prior to contract award, with the formal solicitation expected to be released around July or August 2025. For further inquiries, potential contractors can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.
Samantha DeGoede New Test Well (Mossyrock, WA, Lewis County)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the installation of a new residential drinking water well in Mossyrock, WA, under solicitation number 75H70125Q00024. The project aims to enhance local water accessibility and is set aside exclusively for small businesses, with an estimated construction cost ranging from $25,000 to $100,000. This initiative is critical for ensuring safe drinking water and compliance with health standards, emphasizing the importance of proper water resource management. Interested contractors must submit their quotes electronically by May 15, 2025, to Colleen Henry at colleen.henry@ihs.gov, and are encouraged to review all attached documents for detailed requirements and specifications.