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
    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.
    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.
    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.
    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
    Cross Connection Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.
    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.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    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.
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    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.
    Bottled Water Supply Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking qualified vendors to provide Bottled Water Supply Services for various locations within Maryland. The procurement requires the delivery of Natural Spring Water in multiple container sizes, including 5-gallon, 1-gallon, and 0.5-liter bottles, all of which must be BPA-free and meet specific safety and quality standards. This service is crucial for supporting the Directorate of Public Works and ensuring access to potable drinking water across multiple APG sites. Interested vendors must submit their capability statements and responses to a detailed questionnaire by December 18, 2025, at 3:00 PM ET, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    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.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.