DRINKING WATER SAMPLING AND ANALYSIS
ID: FA480925Q0027Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H946)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 3:00 AM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for drinking water sampling and analysis services at Seymour Johnson Air Force Base and Blakeslee Air Force Recreation Area. The contractor will be responsible for collecting, transporting, analyzing, and reporting water samples in accordance with North Carolina Department of Environmental Quality (NC DENR) guidelines, focusing on parameters such as bacteriological content, lead, copper, nitrates, and Total Trihalomethanes. This procurement is crucial for maintaining public health and safety standards at military installations, ensuring compliance with federal and state regulations. The total award amount is estimated at $19 million, with a firm fixed price contract structure, and interested parties must submit their proposals by April 15, 2025, to the designated contacts Angela Gibson and TSgt Glinnis Thompson.

Point(s) of Contact
Files
Title
Posted
The Statement of Work for Drinking Water Analysis at Seymour Johnson Air Force Base and Blakeslee Recreation Area outlines requirements for collecting, analyzing, and reporting drinking water samples as mandated by the EPA and NC DENR regulations. The designated contractor is responsible for ensuring compliance with water quality standards, including sampling frequency, transportation of samples, and necessary laboratory certifications. Specific parameters include bacteriological assessment, lead and copper levels, and testing for disinfectant by-products like TTHM and HAA5. The contractor must notify authorities of any violations promptly, maintain quality assurance standards, and manage timely reporting of test results. Additionally, emergency sample collection protocols are outlined, necessitating rapid response to contamination events. The document also emphasizes adherence to HIPAA regulations in managing health information and includes operational security measures to protect sensitive data. This work supports the maintenance of public health and safety at these facilities, ensuring the integrity of water sources used by the military and recreational areas.
Apr 9, 2025, 3:08 PM UTC
The document outlines the solicitation FA480925Q0027, detailing a bid/quote schedule for multiple testing services related to water quality at SJAFB and BAFRA. It specifies various testing categories, including bacteriological, lead and copper, and nitrates, across multiple contract line item numbers (CLINs), detailing quantities, units, and a pricing structure intended for contractors to fill in. Testing is scheduled across several years (Base Year and Option Years 1-4), with an option to extend services as per FAR 52.212-8 regulations. The focus appears to be on ensuring water safety and compliance with federal standards. Overall, this solicitation serves to competitively procure essential water quality testing services for military installations, demonstrating the government's commitment to maintaining public health standards within its facilities.
The document outlines responses to inquiries regarding the solicitation FA480925Q0027, focused on drinking water analysis at Seymour Johnson Air Force Base and Blakelee Air Force Recreation Area. It clarifies that compliance with specified laws – 15A NCAC 18C and 40 CFR 141.89 – suffices for laboratory methods, without imposing additional requirements. Routine testing for total chlorine and pH is mandated during coliform bacteriological sampling, but asbestos sampling has been eliminated from the Statement of Work, hence no pricing for it is necessary. Contractors do not require special security clearances or background checks for site access; basic entry permissions coincide with routine sampling locations. Contractors must provide a compliant driver’s license, and all related costs for base access are borne by them. This document serves as a guiding framework for contractors participating in the solicitation, detailing methodological expectations and access stipulations for environmental sampling duties.
Apr 9, 2025, 3:08 PM UTC
The document outlines a solicitation for bids related to bacteriological and chemical water testing services at Seymour Johnson Air Force Base and Blakeslee Air Force Recreation Area. The total award amount is USD 19,000,000.00, with a firm fixed price arrangement. Contractors are responsible for sample collection, transport, analysis, and reporting in accordance with North Carolina DENR guidelines. The scope includes recurring tests for bacteriological content, lead, copper, nitrates, and Total Trihalomethanes, among others, with specific quantities required over multiple performance years, extending through 2030. The solicitation encourages participation from women-owned small businesses and includes various federal acquisition regulations and contractual clauses related to service standards, pricing, and environmental considerations. It emphasizes proper inspections, acceptance protocols, and payment processing through the Wide Area Workflow system. The document's structure includes details on the contract's administration, delivery schedules, and communication protocols, reflecting the government’s commitment to ensuring quality and compliance in essential water testing services for military installations.
Apr 9, 2025, 3:08 PM UTC
This document is an amendment to a solicitation related to various environmental testing services at Seymour Johnson Air Force Base and Blakeslee Air Force Recreation Area. The main purpose is to extend the deadline for offers and provide updated details on the revised Statement of Work and additional contract line items (5001-5007), which include bacteriological testing and lead and copper testing. The response due date has been moved from April 2, 2025, to April 15, 2025, with a new submission time at 6:00 PM. Key contact information for the contracting officer is also provided. The amendment specifies the periods of performance for the tasks, running from April 18, 2030, to October 17, 2030, and includes details for inspection and acceptance procedures. The document outlines the requirement for contractors to acknowledge receipt of the amendment and the conditions under which existing offers can be amended. This amendment serves to clarify and expand the scope of services required, aiming for compliance with federal acquisition regulations and enhancing service delivery in environmental health and safety management.
Lifecycle
Title
Type
Solicitation
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.
Replace Water Service Lines
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of water service lines at Goodfellow Air Force Base in Texas. The project entails providing new domestic water service lines, including all necessary plumbing, fittings, and connections, while utilizing lead-free materials and conducting hydro-excavation of existing lines as per the Statement of Work. This initiative is crucial for ensuring the health and safety of base personnel by replacing contaminated water lines and maintaining compliance with federal standards. Interested contractors must submit their bids by May 2, 2025, and are required to have an active registration in the System for Award Management (SAM). The estimated project cost ranges between $100,000 and $250,000, with key contacts including SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil and Ryan Ramjit at ryan.ramjit.2@us.af.mil for further inquiries.
Repair Well 3 and Well 5 with SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base, which includes the installation of SCADA (Supervisory Control and Data Acquisition) systems. The project requires the integration of process equipment and control systems, adhering to established guidelines and standards, including those from ANSI, AWWA, NEC, and UPC. This procurement is critical for ensuring efficient water supply management and operational reliability at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with bids due by May 20, 2025, and a site visit scheduled for April 18, 2025. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381.
Well 3 & Well 5 Repair w/SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Well 3 and Well 5 at Shaw Air Force Base, incorporating SCADA automation systems. The project entails the installation of process equipment, control systems, and remote SCADA access, with a focus on compliance with various industry standards, including ANSI and AWWA. This initiative is crucial for modernizing water supply facilities and ensuring operational efficiency and safety at the base. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by May 20, 2025, and a site visit scheduled for April 18, 2025. Interested contractors can reach out to Darrel Ford at darrel.ford.3@us.af.mil or Felix Prose at felix.prose@us.af.mil for further inquiries.
Tank T1617 Repair and Tank 3535 Examination
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil.
Beach Water Sampling, Hop Brook Lake, Middlebury, CT
Buyer not available
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.
Industrial Heating and Cooling Water Treatment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Industrial Heating and Cooling Water Treatment Services at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to secure comprehensive water treatment services to prevent corrosion and biological fouling in the base's heating and cooling systems, ensuring operational efficiency and compliance with safety standards. This contract is set aside for small businesses under NAICS code 221310, with an anticipated award value of approximately $41 million, covering a base year and up to four option years. Interested contractors must submit their proposals, including technical and pricing details, by May 16, 2025, and can direct inquiries to Latisha Bourdeau at latisha.bourdeau.1@us.af.mil or Melody Ciulo at melody.ciulo@us.af.mil.
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.
CHEMICALS
Buyer not available
The Department of Defense, specifically the Commanding General at the Department of the Navy, is seeking qualified vendors to supply essential chemicals for the Water Treatment Plant and the Industrial Wastewater Treatment Plant at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. The procurement aims to establish a Requirement Contract for a base period of 12 months, with an option for an additional year, starting June 15, 2025, to ensure the provision of safe and clean potable water in compliance with safety and environmental standards. Interested contractors must submit their electronic quotes by May 21, 2025, and are required to be registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) invoicing system. For inquiries, vendors can contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil before the deadline for questions on April 30, 2025.
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.