Water Lab Analysis Services
ID: FA860125R0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 5:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 3:07 PM UTC
This addendum to a federal RFP outlines important instructions for offerors related to the submission process, evaluation criteria, and communication protocols. It emphasizes the necessity for clear, concise offers that detail how requirements will be met, rather than simply restating them. Offerors must provide valid submissions valid for 180 days and adhere to stringent formatting guidelines regarding electronic submission limits, page restrictions, and document types. Evaluation will focus on a two-part proposal: technical capability and price documentation. The technical portion must demonstrate the offeror's capability to fulfill performance needs per the provided specifications, with assessments based on relevant past experience. Additionally, the price volume must include required administrative details and compliance with solicitation terms. The document underscores that funds are not currently available for the project, with any awards contingent upon funding availability, and outlines the government's discretion to cancel the solicitation at any point without incurring reimbursement obligations to applicants. Overall, it emphasizes stringent adherence to protocols and expectations in the competitive bidding process for government contracts.
The document outlines the evaluation process for proposals submitted in response to solicitation FA860125R0012 under FAR Part 13 Simplified Acquisition Procedures. It emphasizes that the Technical Capability and Price are equally important in assessing proposals, with a proposal deemed unawarded if rated "Unacceptable" in Technical Capability. The evaluation criteria include compliance with the Performance Work Statement (PWS), understanding of requirements, and specific technical certifications required for the project, notably from the Ohio Department of Environmental Protection. Prior experience in Water Lab Analysis Testing is also a critical consideration. Price evaluations focus on completeness, unbalanced pricing, and overall fairness, with a Total Evaluated Price (TEP) calculated from the sum of proposed prices over the contract's duration. The government reserves the right to reject proposals based on quality or pricing concerns. The evaluation process allows for discussions if a proposal shows potential for correction, but any "Unacceptable" ratings during initial evaluations lead to automatic disqualification. Ultimately, proposals must meet all solicitation requirements to be eligible for award.
Apr 10, 2025, 3:07 PM UTC
The government file outlines a request for proposal (RFP) from the Civil Engineering Asset Management Division at Wright-Patterson Air Force Base for chemical testing of water and hazardous waste characterization services. The contractor is responsible for providing all necessary facilities, equipment, and materials to comply with National Pollutant Discharge Elimination System (NPDES) permit requirements as per Ohio Environmental Protection Agency standards. Key responsibilities include routine and emergency sample collection, testing, and reporting using EPA-approved methods detailed in federal regulations. Sampling requirements stipulate that the contractor must supply all necessary forms, shipping materials, and labeling required for various water and hazardous waste samples. Both routine and emergency sampling protocols are specified, with clear turnaround times established for reporting results electronically. The contractor's laboratories must be state-certified and compliant with applicable quality assurance regulations. Confidentiality of information and strict adherence to federal laws are emphasized. The document concludes with workload estimates for various chemical analyses needed throughout the contract period, specifying expected annual quantities and methodologies. This RFP demonstrates the government's commitment to environmental compliance and public health standards through rigorous testing and timely analysis.
Apr 10, 2025, 3:07 PM UTC
The document outlines a Request for Proposals (RFP) focusing on laboratory analysis of environmental contaminants, specifically for various chemical tests required under the Resource Conservation and Recovery Act (RCRA). It details a comprehensive list of tests including Total RCRA Metals, TCLP Pesticides, Dioxins, PFAS, and various other organic and inorganic compounds. The analysis includes parameters such as pH, flashpoints, and specific gravity among others, alongside projected costs for each of the five years of the project. The proposal specifies that bidders should provide pricing for routine samples and surcharges for expedited analysis timelines. This document is part of the process to secure a qualified laboratory to perform environmental analyses, ensuring regulatory compliance and safety standards. The emphasis on both routine and rush analysis suggests an urgency in environmental monitoring, likely due to public health and safety concerns. The zero-cost entries indicate this is a preliminary proposal phase as the specifics of pricing have yet to be determined by the respondents. Ultimately, the document serves as a guide for potential contractors to respond to the government's environmental testing needs efficiently.
Apr 10, 2025, 3:07 PM UTC
The document appears to be corrupted and contains illegible characters and formatting that prevent a coherent understanding of its content. As such, I cannot extract any key topics, ideas, or structure from the provided file. There are no discernible sentences or paragraphs that can be summarized, nor is there clarity on its purpose in relation to federal RFPs, federal grants, or state/local RFPs. Please provide a clear and readable version of the document for analysis and summarization.
Jan 30, 2025, 4:05 PM UTC
The document outlines the scope of work for a contractor engaged in chemical testing of water and hazardous waste characterization for the Civil Engineering Asset Management Division at Wright-Patterson Air Force Base, Ohio. The contractor is responsible for providing all necessary facilities, equipment, and services to conduct tests in compliance with NPDES Permit and OEPA standards, utilizing EPA-approved methods. They must handle routine and emergency sampling procedures, including specific turnaround times for analysis, reporting results electronically, and maintaining strict confidentiality regarding Air Force data. Additionally, the contractor must ensure that laboratories are certified and compliant with Ohio DEP requirements and must notify the Contracting Officer of any certification changes or non-compliance issues. The contractor is also required to maintain effective communication by designating points of contact for regular and emergency interactions. The workload estimates provide a detailed list of the various analyses the contractor will perform annually, with specified quantities for multiple chemical tests, reflecting a comprehensive approach to environmental monitoring and compliance. This contract exemplifies the federal government's commitment to environmental safety and regulatory adherence at military installations.
Apr 10, 2025, 3:07 PM UTC
The document is a solicitation for a commercial contract aimed at providing water lab analysis services to the federal government, specifically targeting Women-Owned Small Businesses (WOSBs). It outlines the procurement details, including the requisition and solicitation numbers, deadline for offers, and points of contact for inquiries. The contract has a master dollar limit of $200,000 and covers the period from July 1, 2025, to June 30, 2030. The contractor will perform chemical testing for water and hazardous waste characterization and is required to submit monthly spending reports to monitor expenditures against the budget ceiling. The agreement stipulates conditions for order placements, delivery protocols, and invoicing requirements, emphasizing adherence to federal acquisition regulations. The contractor must provide a detailed price list for services and adhere to provisions regarding compliance, safety, and payment instructions using a Government Purchase Card for purchases not exceeding $25,000. The document incorporates various federal clauses relating to contract execution and compliance, ensuring that the selected contractor meets legal and regulatory standards, particularly in safety administration and worker rights.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
KAFB Water Sampling & Analysis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking small business vendors capable of providing laboratory services for water sampling and analysis at Kirtland Air Force Base in New Mexico. The contractor will be responsible for all aspects of laboratory analysis, including the provision of materials, equipment, and compliance with strict quality control standards as mandated by the Safe Drinking Water Act and relevant EPA regulations. This procurement is crucial for ensuring public health and environmental protection through rigorous water monitoring procedures, with results needing to be reported electronically within 30 days. Interested parties must submit a Statement of Capabilities by May 6, 2025, to Sarah George at sarah.george.2@us.af.mil and Winter Silva at winter.silva.1@us.af.mil, with a focus on demonstrating their ability to meet the requirements outlined in the attached Performance Work Statement.
AST Analyzer
Buyer not available
The Department of Defense, specifically the U.S. Air Force's Petroleum Office (AFPET), is seeking proposals for an integrated sampling and analysis system for Aviator Breathing Oxygen (ABO) and Compressed Breathing Air (CBA). This procurement aims to ensure the quality testing of critical air supplies used in Air Force operations, necessitating a system that adheres to Department of Defense standards and ASTM practices for cleanliness, while also being portable and capable of accurately detecting contaminants. Interested vendors must submit their bids by May 6, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with delivery expected within 120 days. For inquiries, contact Kareem Beckles at kareem.beckles.1@us.af.mil or Aziz Tetou at aziz.tetou@us.af.mil.
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.
Asbestos, Mold, Lead Paint Testing BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a Blanket Purchase Agreement (BPA) focused on asbestos, mold, and lead paint testing services at Shaw Air Force Base in South Carolina. This procurement aims to engage small disadvantaged businesses to provide comprehensive environmental assessments and monitoring services, ensuring compliance with health and safety regulations. The testing services are critical for maintaining environmental safety standards and supporting the operational needs of the Air Force. Interested contractors must submit their quotes by April 30, 2025, with questions due by April 18, 2025, and can contact Shauna Larson at shauna.larson.1@us.af.mil or Phillip Green at phillip.green.11@us.af.mil for further information.
COOLING WATER TEST AND TREATMENT PREVENTIVE MAINTENANCE SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Cooling Water Test and Treatment Preventive Maintenance Services at Tinker Air Force Base in Oklahoma. The procurement requires contractors to supply all necessary labor, materials, equipment, and safety gear to ensure compliance with manufacturer specifications, focusing on preventive maintenance, analysis, and chemical treatment for both open and closed loop cooling water systems. This service is critical for maintaining operational integrity and safety within military operations, particularly in the Building 3001 Heat Treat Shop. Interested small businesses must submit their quotations by May 15, 2025, with the contract expected to commence on June 1, 2025. For further inquiries, potential bidders can contact Cory Rainey-Hedrick at cory.rainey-hedrick@us.af.mil or Marc J. Kreienbrink at marc.kreienbrink.1@us.af.mil.
H146--Hemodialysis Water Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals for Hemodialysis Water Testing Services at the VA Long Beach Healthcare System in California. The procurement aims to ensure compliance with established medical standards by conducting essential tests, including Bacteria/Colony Count and LAL/Endotoxin levels, while providing necessary sample collection supplies. This service is critical for maintaining high-quality healthcare for veterans, emphasizing the importance of reliable water quality in dialysis treatments. Interested vendors must submit their proposals by May 1, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Kal Carabon at Kahlfanie.Carabon@va.gov or 562-721-9577 for further information. The contract is valued at approximately $19 million and includes a one-year base period with options for four additional years.
Pump and Clean Oil-Water Separators
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide cleaning services for eleven oil-water separators (OWS) and their associated sand interceptors at Holloman Air Force Base in New Mexico. The procurement involves comprehensive tasks including sample analysis, pumping, chamber cleaning, and waste removal, all in compliance with federal, state, and local environmental regulations. This initiative underscores the government's commitment to environmental compliance and effective waste management at military facilities. Interested vendors must submit their participation for a site visit by May 5, 2025, and responses to the Request for Quotation are due by May 14, 2025; for further inquiries, contact SrA Hans Kettelkamp at hans.kettelkamp@us.af.mil or Johnnie Walker at johnnie.walker.2@us.af.mil.
REAGENT SET,WATER T
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair of a Reagent Set, Water T. The procurement aims to secure a firm-fixed price for the repair of this equipment, which is critical for hazard detection and operational readiness within naval operations. The contract includes specific requirements for repair turnaround time, quality assurance, and compliance with military standards, with an emphasis on firm pricing and the potential for increased quantities. Interested contractors must submit their quotes by April 30, 2025, and can reach out to Dakota Bentzel at 717-605-2828 or via email at dakota.bentzel@navy.mil for further details.
TESTING KIT, PETROLEUM - W912CH24R0093
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for the procurement of 70 Testing Kits for Petroleum, under solicitation number W912CH-24-R-0093. This procurement involves a Firm-Fixed Price (FFP) contract with an option for an additional 70 units, aimed at ensuring compliance with military standards for aviation petroleum testing. The solicitation has been extended, with proposals now due by May 7, 2025, at 5 PM EST, and interested parties must submit their offers electronically via the Procurement Integrated Enterprise Environment (PIEE) system. For further inquiries, potential bidders can contact Clarissa Dixon at clarissa.n.dixon.civ@army.mil.
Update USAG Okinawa Stormwater Pollution Prevention Plan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to update the Stormwater Pollution Prevention Plan (SWPPP) for the United States Army Garrison (USAG) Okinawa, Japan. The contractor will be responsible for providing all necessary labor, tools, and equipment to ensure compliance with environmental regulations and standards, including conducting site surveys and stakeholder interviews. This initiative is crucial for maintaining environmental stewardship and regulatory adherence at military installations, with the contract period set from June 1, 2025, to May 31, 2026. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by May 9, 2025, and direct any inquiries to Ms. Norie Moromizato at norie.moromizato.2.jp@us.af.mil.