POTABLE AND NON-POTABLE WATER TESTING FOR SHENANDO
ID: 140P4226Q0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Park Service (NPS) is seeking proposals for potable and non-potable water testing services at Shenandoah National Park in Luray, Virginia. The contract requires the selected contractor to provide all necessary equipment, materials, supplies, and labor to conduct water testing in compliance with the Virginia Department of Health regulations, the Safe Drinking Water Act, and approved standard methods. This testing is crucial for ensuring the safety and quality of water resources within the park, which is vital for both environmental health and visitor safety. Interested small businesses must submit their proposals electronically, with the contract encompassing a base year and four option years, and inquiries can be directed to Deborah Coles at Debbie_Coles@nps.gov or by phone at 540-677-0325.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document is a bid sheet outlining various water quality tests and their associated costs under different options. It details the number and cost for tests such as Presence Absence, Total Coliform, Nitrate-Nitrite, Volatile Organics, Inorganics, Metals, Cyanide, Haloacetic Acids, Trihalomethanes, Lead and Copper, Ammonia-N, Copper, Hardness, Oil & Grease, Sludge 1, Sludge 2, Biochemical Oxygen Demand, and Carbonaceous Biochemical Oxygen Demand. The sheet presents a 'Base' option and four additional 'Option' columns, each indicating the 'Number' of tests and their corresponding 'Cost.' The document appears to be a component of a government RFP or grant, allowing bidders to itemize costs for environmental or public health-related water testing services. It ensures clarity in pricing for essential water quality assessments.
    The National Park Service (NPS) at Shenandoah National Park (SHEN) is seeking proposals for potable and non-potable water regulatory testing services. The contract requires furnishing all equipment, materials, supplies, and labor for testing in accordance with Virginia Department of Health/Office of Drinking Water, the Safe Drinking Water Act, 40 CFR 136, and Division of Consolidated Laboratories (DCLS) approved standard methods. Laboratories must be DCLS-certified through the Virginia Environmental Laboratory Accreditation Program (VELAP) for all analytes covered. The contract includes a base year and four option years, with specific estimated quantities for various water tests. The contractor will be responsible for supplying sample containers and chain of custody forms, and either picking up samples from SHEN Headquarters or having park staff deliver them if the lab is within a 50-mile radius. Invoices must be submitted electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP). The solicitation also includes various FAR and DIAR clauses related to contract terms, conditions, and specific requirements.
    This government Request for Proposal (RFP) from Shenandoah National Park seeks a contractor for potable and non-potable water regulatory testing. The scope of work includes furnishing all equipment, materials, supplies, and labor for testing in accordance with Virginia Department of Health/Office of Drinking Water, the Safe Drinking Water Act, 40 CFR 136, and DCLS-approved methods. The chosen laboratory must be VELAP-certified for all analytes and follow VDH guidance for electronic reporting. Park staff will collect samples, and the contractor will supply chain of custody forms. The contractor's facility must be within a 50-mile radius of the park, or the contractor must arrange sample pickup from Shenandoah National Park Headquarters in Luray, VA. Samples are to be accepted Monday through Thursday, with pickups between 8:00 AM and 4:30 PM, Monday-Friday. The contract has a 12-month base period and four 12-month option periods. Test results, including specific details like location, date, time, and VELAP certification number, must be emailed within five business days to park operators and Tina Touchstone, Utility Systems Repairer-Operator Supervisor. Payment requests will be submitted monthly via the US Treasury Internet Payment Portal. The RFP details estimated quantities for various potable and non-potable water tests across the base and option years, including specific analytes for Sludge 1 and Sludge 2 testing.
    This document, Wage Determination No. 2015-4333, Revision No. 32, issued by the U.S. Department of Labor, outlines the prevailing wage rates and fringe benefits for service contract employees in Madison, Page, and Shenandoah Counties, Virginia. It details hourly rates for various occupations across numerous categories, including administrative, automotive, food service, health, information technology, and maintenance. Key provisions include Health & Welfare benefits ($5.55/hour or $222.00/week), vacation (2-4 weeks based on service), and eleven paid holidays. Special conditions apply to computer employees (exemptions for professionals) and air traffic controllers/weather observers (night and Sunday pay differentials). Hazardous pay differentials (4% or 8%) are specified for work with ordnance and explosives. The document also details uniform allowance requirements and the conformance process for unlisted occupations, emphasizing proper classification and wage determination according to the Service Contract Act Directory of Occupations. Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors are also referenced.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Water Systems Testing for the White Mountain National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide water systems testing services for the White Mountain National Forest in New Hampshire. This procurement involves conducting laboratory tests on drinking water samples and monitoring well samples, as mandated by the New Hampshire Department of Environmental Services, to ensure compliance with safety standards for various contaminants. The selected contractor will be responsible for testing at multiple sites, including the WMNF Administrative Complex and several monitoring wells, with a contract duration of one base year and an option for an additional year. Interested vendors must submit their proposals, including technical and price components, by the specified deadlines, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.
    Water Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide water testing services for the United States Marine Corps Base in Quantico, Virginia. The procurement involves comprehensive laboratory testing for potable water, sewage water, storm/industrial wastewater, and hazardous waste, ensuring compliance with various federal, state, and local regulations, including certifications from NELAC and VELAP. This contract, which spans a base period and four option periods totaling over five years, emphasizes the importance of timely and accurate reporting of results, with all work to be performed by Virginia State-certified laboratories. Interested small businesses are encouraged to respond to the Request for Information by January 9, 2026, at 10:00 a.m. Eastern time, and can contact Teri Bischof at teri.bischof@usmc.mil for further details.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park, identified as project YOSE 215363. This project aims to construct a new facility adjacent to the existing 50-year-old plant, which currently serves a 500-site campground and other park facilities, handling up to 60,000 gallons of wastewater per day. The contract encompasses a comprehensive scope of work, including demolition of the old facility, construction of new structures, and installation of advanced systems for wastewater treatment, with a performance period extending from June 3, 2025, to June 30, 2033. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Water Sample Collection and Analysis Services - Amend 2
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses for 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 using EPA-approved methods to assess water quality and ensure compliance with relevant regulations, with a total contract value estimated at $19,000,000.00. This procurement is critical for maintaining water safety and quality standards, as it involves routine and emergency testing for contaminants such as PFAS, fecal coliform, and heavy metals. Interested parties must submit their quotes electronically by January 19, 2026, and can direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via the provided email addresses.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Sources Sought Notice: Diagnose Septic Tank Issues
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified businesses to address septic tank issues at the Santa Monica Mountains National Recreation Area through a Sources Sought Notice (SSN). The procurement aims to gather information on interested businesses and their qualifications for diagnosing septic tank problems, conducting septic tank pumping, and potentially repairing or replacing the septic system. This project is crucial for maintaining the environmental integrity of the park, which is primarily used by park staff and requires protective measures to minimize disturbance. Interested contractors must submit a completed Sources Sought Survey Questionnaire by 2:00 PM Pacific Time on January 20, 2026, to Contracting Officer Quinn Rankin at quinnrankin@nps.gov, with a competitive Request for Quotations anticipated to be issued in early February 2026.