ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Cheoah and Tusquitee Ranger Districts Water Testing and Monitoring at Nantahala National Forest NC

DEPARTMENT OF AGRICULTURE 12444126Q0010
Response Deadline
Jan 28, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Agriculture, specifically the Forest Service, is seeking proposals for water testing and monitoring services at the Cheoah and Tusquitee Ranger Districts within the Nantahala National Forest in North Carolina. The project requires a contractor with a North Carolina Class C Water License to conduct various water quality tests, including monthly and annual sampling for coliform, nitrate, and iron, as well as chlorinator operations and emergency repairs across multiple facilities. This procurement is a total small business set-aside, with a firm-fixed-price contract spanning one base year and four option years, and evaluations will be based on the lowest price technically acceptable criteria. Proposals are due by January 28, 2026, at 11:00 AM EST, and interested parties should direct inquiries to Contract Specialist Ioulia Boxley at ioulia.boxley@usda.gov by January 21, 2026.

Classification Codes

NAICS Code
541380
Testing Laboratories and Services
PSC Code
B533
SPECIAL STUDIES/ANALYSIS- WATER QUALITY

Solicitation Documents

6 Files
ATTACHMENT 2 Schedule of Items.pdf
PDF337 KBJan 21, 2026
AI Summary
This government file outlines the "Cheoah and Tusquitee Ranger District Water Sampling and Testing" project, detailing a schedule of items for water quality monitoring and system operations across a base year (02/01/2026 - 01/31/2027) and four option years, extending through January 31, 2031. The project includes collection of potable water samples for annual nitrate, bacterial (coliform), and monthly iron testing at various locations, including Cheoah Admin Complex. It also covers weekly fecal coliform testing at Cheoah Pt. Beach and Jackrabbit Beach during specific seasons, and year-round water system chlorination and residual testing at the Cheoah District Office, Work Center, Residences, and Cherokee Lake Recreation Area during its operating season. Optional items, paid by Government Purchase Card (GPC), include additional bacterial samples and water system emergency repairs, with a requirement for contractors to submit written estimates and secure approval before proceeding. The Forest Service reserves the right to furnish parts for repairs.
ATTACHMENT 3 Statement of Work.pdf
PDF154 KBJan 21, 2026
AI Summary
This Statement of Work (SOW) outlines water testing and monitoring requirements for the Cheoah and Tusquitee Ranger Districts of the Nantahala National Forest in North Carolina, effective November 2025. The contract requires a North Carolina Class C Water Licensed contractor to provide labor, materials, chemicals, and transportation for potable water and swimming area testing, as well as chlorinator operations. Key facilities include district offices, campgrounds (Rattler Ford, Cheoah Pt., Tsali, Cherokee Lake), and swimming areas (Cheoah Pt. Beach, Jackrabbit Beach). Potable water testing involves monthly total and fecal coliform tests, annual nitrate tests, and monthly iron testing at specific sites. Swimming areas require weekly fecal coliform sampling. The contractor is responsible for emergency repairs, operating chlorinators to maintain a 2 ppm chlorine residual, and keeping detailed logs of water usage. All test results and correspondence must be submitted to the US Forest Service and NC DEQ, with the contractor responsible for any state-imposed penalties. A pre-work conference will establish schedules within 10 days of contract award.
ATTACHMENT 4 Relevant Experience Questionnaire.doc
Word83 KBJan 21, 2026
AI Summary
The “Relevant Experience Questionnaire” (Form 12444126Q0010, Attachment 4) is a government document designed to gather comprehensive information from contractors regarding their business, experience, and past project performance. It requires details such as the contractor's name, address, business type, and years of experience as both a prime and subcontractor. A key component is the listing of relevant projects completed within the last three years, demanding detailed descriptions of work performed, contract numbers, award amounts, client information, and completion dates. The questionnaire also probes into any failures to complete work or instances of work completed by performance bond. Furthermore, it seeks information on the experience of principal individuals within the business, credit references, and banking information for responsibility determination. This document is crucial for the government to evaluate a contractor's capability and suitability for potential awards.
ATTACHMENT 5 SCA WD 2015-4417 r 30 12.03.2025 Graham.pdf
PDF46 KBJan 21, 2026
AI Summary
This document is a wage determination for North Carolina counties (Alleghany, Ashe, Avery, Cherokee, Clay, Graham, Jackson, Macon, McDowell, Mitchell, Polk, Swain, Transylvania, Watauga, Yancey) under the Service Contract Act, effective December 3, 2025. It lists minimum hourly wage rates for various occupations, including administrative, automotive, food service, health, and technical roles. It also outlines fringe benefits such as health and welfare, vacation, and eleven paid holidays. The document details specific conditions for computer employees and air traffic controllers/weather observers, including night and Sunday pay differentials. Additionally, it specifies hazardous pay differentials for work with ordnance and uniform allowance requirements. The conformance process for unlisted job classifications is also explained.
ATTACHMENT 1 Solicitation Terms and Conditions.pdf
PDF376 KBJan 21, 2026
AI Summary
The Cheoah and Tusquitee Ranger District is issuing a Request for Quotation (RFQ) for water testing and monitoring services, solicitation number 12444126Q0010. This acquisition is a total small business set-aside with a NAICS code of 541380 and a size standard of $19.0 million. The contract will be a firm-fixed-price requirements contract, with one base year and four option years, not exceeding five years. The government intends to make one award, and contractors must submit pricing for all items. Evaluation will be based on the lowest price technically acceptable criteria, considering price, technical acceptability, and past performance. Offerors must provide a detailed explanation of their ability to perform the required services. The solicitation incorporates various FAR and AGAR clauses, including specific provisions for anti-discrimination and DEI compliance, and outlines procedures for agency protests through the USDA Ombudsman Program.
ATTACHMENT 6 Questions and Answers.pdf
PDF116 KBJan 21, 2026
AI Summary
The document provides a Q&A for Solicitation Number 12444126Q0010, concerning Water Sampling and Testing for the Cheoah and Tusquitee Ranger Districts. Key clarifications include confirmation that gallon meters are present in wellhouses, eliminating the need for new installations. Hypo-chlorinator devices, while varying by location, serve the same function. Site visits are discouraged due to travel time but offerors can visit public sites independently. For emergency repairs, parts costs are to be estimated separately and approved by the COR, rather than being included in the hourly labor rate.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 14, 2026
amendedLatest AmendmentJan 21, 2026
deadlineResponse DeadlineJan 28, 2026
expiryArchive DateFeb 12, 2026

Agency Information

Department
DEPARTMENT OF AGRICULTURE
Sub-Tier
FOREST SERVICE
Office
USDA-FS, CSA EAST 3

Point of Contact

Name
BOXLEY, IOULIA

Place of Performance

Robbinsville, North Carolina, UNITED STATES

Official Sources