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
    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 procurement aims to establish a Firm Fixed Price Blanket Purchase Agreement for commercial laboratory services, including chemical testing for water and hazardous waste characterization, in compliance with federal and state environmental regulations. This initiative is crucial for ensuring environmental safety and compliance with the National Pollutant Discharge Elimination System (NPDES) permit requirements. Interested contractors must submit their proposals electronically by 1:00 PM EDT on May 28, 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
    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.
    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.
    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.
    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.
    The document outlines the requirements and specifications for Ohio EPA certification and associated laboratory analyses related to environmental sampling, particularly concerning PFAS compounds and miscellaneous metals. ELAP or an equivalent state certification is deemed acceptable, while data delivery can include both raw and validated results. The analysis for PFAS must adhere to EPA Method 1633 with pricing provided for all 40 compounds, noting common subsets like PFOA and PFOS. Options for dioxin pricing range between the specific 2,3,7,8-TCDD/TCDF isomers and the complete 17 isomers. It clarifies that total values for reactive sulfide/cyanide reporting are acceptable and allows for rush turnaround times based on prescribed multipliers. Additionally, the document specifies that miscellaneous metals testing should include a list of nine metals using established EPA methods. Overall, this guidance is essential for bidders responding to the RFP, ensuring compliance with state and federal environmental regulations.
    The document addresses a series of inquiries related to a proposal for hazardous waste management associated with federal contracting, specifically referencing the challenges of compliance with the given requirements. It confirms that Ohio laboratory certification is not mandatory for all tested parameters in proposals. However, the document notes that the inability to provide courier services for sample pick-up and shipping—deemed essential by the Performance Work Statement (PWS)—may restrict eligibility to bid. Additionally, it raises questions about the nature of the hazardous waste, indicating that while confirmation about its source is not attainable, characterization analyses will be requested. The waste could be in various forms, including solid, liquid, or gas. Overall, the document underscores compliance requirements for contractors and their operational limitations regarding hazardous waste analysis, which are critical for safeguarding public health and environmental standards within the bidding process.
    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.
    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.
    This document is an amendment to a solicitation related to a federal contracting opportunity, specifically for a project at Wright-Patterson Air Force Base. The amendment serves to extend the proposal submission deadline from 14 May 2025 to 21 May 2025 at 1:00 PM EDT. It outlines the requirements for acknowledging receipt of the amendment by the contractors, stating that they can do so through various methods, including formal acknowledgment on the offer copies or through electronic communication. Additionally, it details that any modifications to offers must reference the solicitation and the amendment. The document maintains that all other terms and conditions remain unchanged and in full force. This process features typical elements found in government Requests for Proposals (RFPs) and emphasizes the procedural rigor required in federal procurement activities, highlighting potential impacts on contractor participation due to the deadline extension.
    The document is an amendment to a solicitation for a government contract, specifically adjusting the due date for offers related to the solicitation FA860125R0012. The main purpose is to extend the deadline for submissions from May 21, 2025, to May 28, 2025, at 1:00 PM EDT. It outlines the necessary procedures for offerors to acknowledge receipt of this amendment, including options for returning the acknowledgment and the implications of failure to do so. Additionally, it states that any changes to previously submitted offers must also reference the amendment and be submitted prior to the new deadline. The amendment maintains all existing terms and conditions of the original solicitation unless explicitly stated otherwise. This document serves to inform potential contractors of the changes and ensure compliance with the revised timeline for offer submissions within the federal government's contracting framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Analytical Services for Environmental Sample Analysis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is seeking analytical laboratory services for environmental sample analysis under a Single Award Task Order Contract (SATOC). The contract requires the provision of chemical analysis for various matrices, including soil, water, sediment, tissue, and air, with sample collection being managed by USACE or other parties. This service is crucial for supporting USACE civil works projects and compliance with federal environmental regulations, including those mandated by the EPA and other environmental laws. Interested firms must possess the necessary accreditations, including DOD Environmental Laboratory Accreditation Program and EPA National Environmental Laboratory Accreditation Program, and be capable of delivering results in specified electronic formats. For further inquiries, potential offerors can contact John Scola at John.P.Scola@usace.army.mil or Briana Armstrong at briana.l.armstrong@usace.army.mil, with the contract details outlined in the attached request for proposal and price schedule.
    Analytical Services in Poland
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking proposals for a Master Blanket Purchase Agreement (BPA) to provide analytical services for water quality analysis in Poland. The objective is to ensure compliance with water quality standards at three sites associated with the U.S. Army Garrison Poland, requiring contractors to perform chemical, biological, and physical parameter analyses on water samples. This procurement is critical for maintaining environmental safety and regulatory compliance, with an estimated total value of $982,638.40 over a five-year period. Interested contractors must be based in Poland and possess necessary accreditations, and they can direct inquiries to Crystal Elizabeth North at crystal.e.north@usace.army.mil or Sonia Boyd at SONIA.J.BOYD@USACE.ARMY.MIL.
    Contracted Laboratory Services CONUS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking contractors to provide laboratory testing services for government-owned petroleum products across the Continental U.S. (CONUS). The contractor will be responsible for testing various fuels, including jet fuels, diesel fuels, unleaded fuels, additives, and lube oils, in accordance with military specifications, and for transporting samples to their laboratory facilities. This procurement is critical for ensuring the quality and compliance of fuel products used by the military, with testing required to be completed within specific time frames, including 24/7 availability. The solicitation is expected to be issued between December 2025 and January 2026, with a closing date around January 2026, and interested parties can contact Ralph Dayougar at ralph.1.dayougar@dla.mil or Karen Tom at karen.tom@dla.mil for further information. The contract period will span from March 15, 2026, to March 14, 2028, with options for extension.
    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.
    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.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.
    F103-- Well Network Water Testing Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Well Network Water Testing Service Contract for the Asheville Veterans Affairs Medical Center (VAMC). This contract will require the selected contractor to perform monthly water testing of the emergency backup well system, assessing various contaminants including Total Coliform, E.coli, Lead, and Nitrates, with results to be delivered digitally within five business days of testing. This acquisition is a 100% Small Business Set-Aside, with a performance period from January 9, 2026, to January 8, 2031, and proposals are due by December 24, 2025, at 3:00 PM EST. Interested parties should direct all inquiries via email to Contracting Officer Zanona Pickett at Zanona.Pickett@va.gov, as telephone requests will not be accepted.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.