Beach Water Sampling, Hop Brook Lake, Middlebury, CT
ID: W912WJ25Q0079Type: 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 Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for swimming beach water quality testing at Hop Brook Lake in Middlebury, CT. The project requires contractors to provide all necessary labor, equipment, and materials for weekly sampling of beach water, specifically testing for E. coli and cyanobacteria, including cyanotoxins Microcystins-LR and Anatoxin-a, with strict adherence to safety and health regulations. This procurement is set aside for small businesses under NAICS code 541380, with a performance period extending through April 30, 2026, and the possibility of two option years. Interested vendors must have an active registration in SAM.gov and submit their proposals by April 24, 2025, at 2:00 PM Eastern Time; inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment of a solicitation issued by the U.S. Army Engineer District, New England, specifically extending the closing date for responses to the solicitation W912WJ25Q0079. The new deadline for submissions is April 24, 2025, at 2:00 PM Eastern Time, an extension from the previously set date of April 14, 2025. The amendment highlights that all other terms and conditions of the solicitation remain unchanged and emphasizes that bidders must acknowledge receipt of this amendment in their offers. Instructions are provided on how to submit acknowledgment or modifications to previously submitted offers. As a part of federal contracting procedures, this amendment reflects compliance with the Federal Acquisition Regulation (FAR) and emphasizes the importance of timely communication in the bidding process to avoid rejection of offers. The amendment is signed by the contracting officer, confirming its official status. Overall, the document underscores the administrative process of modifying contracts or solicitations within government procurement activities.
    The document is an amendment to a solicitation issued by the U.S. Army Engineer District, New England, concerning a project related to cyanobacteria testing in water bodies. The amendment addresses industry questions regarding testing specifics for cyanotoxins Microcystins-LR and Anatoxin-a, confirming that only tests for these variants are required, with no alternative methods permitted. It further clarifies that safety and health requirements for contractors operating on U.S. Army Corps of Engineers properties are strictly enforced and must comply with regulations outlined in the solicited guidelines. The amendment confirms the closing date for submissions remains April 24, 2025, at 2:00 PM Eastern Time. Contractors must acknowledge receipt of this amendment to avoid rejection of their offers. The document emphasizes adherence to safety standards, making it clear that flexible approaches to safety requirements will not be accepted. Overall, this amendment aims to ensure clarity on project expectations and maintain high safety and quality standards for contractors involved.
    The document outlines a Request for Quotations (RFQ) from the U.S. Army Corps of Engineers regarding the swimming beach water quality testing at Hop Brook Lake. It specifies the tasks, including weekly sampling of beach water for E. coli and cyanobacteria, with particular attention to testing schedules and report submissions. Contractors must provide all necessary labor and materials, ensuring compliance with safety and health requirements in accordance with the U.S. Army Corps of Engineers standards. The period of performance is from the contract award through April 30, 2026, with the possibility of two option years. The RFQ emphasizes the importance of safety training, accident prevention plans, and environmental compliance, detailing the contractor's responsibilities during the project. This document serves as a guide for vendors intending to submit quotes on government projects focused on environmental monitoring and public safety, reflecting the government’s commitment to maintaining quality standards in public recreational areas.
    Lifecycle
    Title
    Type
    Similar Opportunities
    W9126G26QA015
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Fort Worth office, is seeking qualified vendors to provide water and sewer testing services at Somerville Lake in the Capital Region of Texas. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the NAICS code 541380 for Testing Laboratories and Services. The services are critical for maintaining environmental systems protection and ensuring water quality standards are met in the area. Interested parties should reach out to Jennifer McCollum at jennifer.mccollum@usace.army.mil for further details regarding the submission process and any upcoming deadlines.
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield Center, CT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is issuing a presolicitation notice for Chemical Vegetation Control Services at Mansfield Hollow Lake in Mansfield Center, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform chemical vegetation control across approximately 55 acres, which includes maintenance spraying, spot treatments, and cut stump treatments on various structures and shorelines. This service is crucial for maintaining the ecological balance and safety of the lake area, ensuring that vegetation does not impede structural integrity or recreational use. The solicitation documents will be available online around December 22, 2025, and interested vendors must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be addressed. For further information, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, which includes specific safety regulations and site access procedures. This procurement is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, emphasizing the importance of maintaining accessibility and safety during winter weather events. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, to be considered for this contract, which includes a base year and two option years.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. 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 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    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.
    Water Quality Testing Service
    Veterans Affairs, Department Of
    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.