Potable Water Sampling Services
ID: W25G1V50850049Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Testing Laboratories and Services (541380)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking sources for Potable Water Sampling Services at Tobyhanna Army Depot in Pennsylvania. The procurement aims to identify vendors capable of conducting annual and periodic sampling for various contaminants, including nitrates, volatile organic compounds, and PFAS, while adhering to strict federal and state regulations. This service is critical for ensuring the safety and quality of drinking water at the Depot, with contractors responsible for maintaining sample integrity and compliance with security protocols. Interested parties must submit their capabilities and essential business information by May 21, 2025, to Alicia Piercy at alicia.a.piercy.civ@army.mil, with confidentiality assured for proprietary submissions.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Command (ACC) - Aberdeen Proving Ground is issuing a sources sought notice to identify potential vendors for Potable Water Sampling services at Tobyhanna Army Depot. This solicitation is for informational purposes only, with no formal request for proposals at this time. Interested vendors are encouraged to demonstrate their capabilities in alignment with the DRAFT Statement of Work (SOW), which details requirements such as furnishing labor, materials, equipment, and compliance with local, state, and federal regulations. The anticipated contract will be a Firm Fixed Price order categorized under NAICS code 541380 for Testing Laboratories & Services. Responses to this notice must include essential business information and be submitted by May 21, 2025. The government will maintain confidentiality for any proprietary information submitted. This inquiry is part of the government's strategic planning to assess service providers for upcoming contracting opportunities at the Depot.
    The document outlines the scope of work for potable water sampling at Tobyhanna Army Depot (TYAD). It details the annual and periodic sampling requirements for various contaminants including nitrates, volatile organic compounds, coliform bacteria, inorganic compounds, lead and copper, as well as specific regulated compounds like PFAS. The sampling must follow strict methodologies per federal regulations, and results are to be reported to the Pennsylvania Department of Environmental Protection (PaDEP) in a timely manner. Contractors are responsible for maintaining sample integrity, providing necessary equipment, and ensuring compliance with security protocols while conducting this work. Security regulations demand careful access management, compliance with training requirements, and safeguarding of sensitive information. The document also emphasizes the importance of personnel accountability in emergencies and mandates that contractors report findings promptly while adhering to confidentiality and integrity standards established by the government. This summary encapsulates the requirements for ensuring safe drinking water quality while meeting federal and state regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    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.
    Individual Water Treatment Device for Reduction/Removal of Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from any indigenous fresh water sources
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Soldier Center in Natick, Massachusetts, is conducting a market investigation for an Individual Water Treatment Device designed to reduce or remove Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from indigenous fresh water sources. The device must meet stringent military requirements, including being lightweight (not exceeding 12 ounces), easy to use and maintain, and capable of producing purified water from chemical contaminants for at least 135 liters, with a desired treat-to-drink time of less than 5 minutes. This initiative is crucial for ensuring safe drinking water for soldiers in diverse operational environments, adhering to Military Exposure Guidelines and NSF protocols for water purification. Interested parties are invited to submit their capabilities and product information via email to the designated contacts by January 16, 2026, with no funding currently available for this opportunity.
    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.
    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.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Chelated Copper Algaecide
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking sources for the procurement of Chelated Copper Algaecide (Bulk Liquid) for the Washington Aqueduct. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that complies with ANSI/AWWA Standard B602 and is certified to meet NSF/ANSI Standard 60, with a five-year ordering period anticipated. Chelated Copper Algaecide is crucial for water treatment processes, ensuring the maintenance of water quality and safety. Interested vendors can reach out to Brandi Dupree at brandi.a.dupree@usace.army.mil or call 410-962-0017 for further details regarding this opportunity.
    Type II Tray Enhanced Leak Testing
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center, is seeking information regarding Type II Tray Enhanced Leak Testing services. The objective is to conduct non-destructive testing on 34 specialized Type II tray filters, which are critical for life-safety collective protection systems, ensuring that no leak paths exist in the filter weldment or carbon bed. Interested contractors will perform individual leak tests and may conduct up to 45 tests if necessary, delivering test data and trend plots via email. Responses to this Request for Information (RFI) must be submitted by 3:00 p.m. Eastern on December 15, 2025, and the estimated contract value is not to exceed $60,000, with a performance period from January 5, 2026, to December 30, 2026. For inquiries, contact Ben Gilson at benjamin.gilson.civ@army.mil or Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil.