Water Testing Service Contract, Naval Station Newport, Newport, RI
ID: N4008525R2590Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals for a Potable Water Testing Service Contract at Naval Station Newport, Rhode Island. The contract aims to fulfill state environmental compliance regulations by engaging a certified analytical laboratory capable of conducting environmental analyses on water samples, as the station currently lacks the necessary in-house capabilities. This service is critical for maintaining operational sustainability and ensuring adherence to local, state, and federal environmental standards. Interested small businesses must submit their proposals by April 18, 2025, and can contact Stefan Nassaney at stefan.nassaney@navy.mil or 401-841-4443 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Command (NAVFAC) is issuing a pre-solicitation notice for a Performance-Based, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Water Testing Services at Naval Station Newport, Rhode Island. The solicitation number is N4008525R2590, with an expected release date of around February 1, 2025. The project requires contractors to provide all necessary labor, supervision, tools, and materials to comply with Rhode Island's environmental regulations, as NAVFAC currently lacks the capacity to perform on-site testing. The contract will comprise a one-year base period with four potential one-year extensions, up to a total of five years. The contract, designated for Total Small Business Set Aside, will utilize the bidding structure from FAR Part 14, awarding to the bidder with the lowest price. All bidders must register in the System for Award Management (SAM) to be eligible, as the Government will only notify registered contractors of solicitation amendments. Importantly, no awards will occur until funds are available for this project, and the existing contract expires on March 31, 2025. Questions regarding the pre-solicitation can be directed to the provided Point of Contact, Stefan Nassaney.
    The document outlines the requirements and specifications for a performance-based contract for services at Naval Station Newport, RI. It entails the provision of labor, management, and environmental testing, emphasizing compliance with federal, state, and local regulations. The contractor is tasked with various responsibilities including managing recurring and non-recurring work, ensuring quality through a Quality Management System, and conducting environmental services such as water sampling and laboratory analyses. Key personnel must be qualified and certified, with defined roles including a Project Manager and Safety Officer. The Navy focuses on performance-based service acquisition principles, promoting collaboration and knowledgeable contractor involvement. Additionally, the document highlights management practices, personnel requirements, security measures, and necessary certifications for contractor employees. It emphasizes the importance of timely reporting and compliance with environmental protocols, ensuring that all work aligns with government standards and local statutes. Overall, the document serves as a comprehensive framework for maintaining the operational integrity and safety of government services.
    The document outlines a Request for Proposal (RFP) related to environmental support and laboratory services under the solicitation and contract N40085-25-D-XXXX. It details both recurring and non-recurring work costs, emphasizing unit prices for various environmental services, including government- and contractor-obtained sample testing. The work encompasses laboratory analyses for coliform and other environmental assessments, with an urgent requirement for timely reporting of results. The contract is structured to include multiple base periods spanning from April 2025 to March 2029, with clear directives regarding sampling, testing procedures, and response times. Vendors must be prepared for weekend operations to ensure compliance with required service deadlines. Overall, the document emphasizes the critical need for efficient environmental testing services, strict adherence to project specifications, and the provision of detailed quantity and pricing information during the bidding process. This RFP reflects the government's commitment to environmental quality and regulatory compliance through well-defined contractual obligations.
    The document contains the Wage Determination No. 2015-4089 issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage requirements and applicable wages for various occupations in Rhode Island. It notes the compliance requirements with Executive Orders 14026 and 13658 based on contract award dates, specifying wages of at least $17.75 or $13.30 per hour, respectively. The determination lists numerous occupations along with corresponding wage rates, emphasizing applicable fringe benefits such as health and welfare, vacation, and holidays. Additionally, it details provisions for additional classifications not listed and the conformance process needed for wage negotiation. The document mandates contractors to comply with wage requirements for covered employees, ensuring fairness and compensation consistent with federal contracting guidelines. It highlights specific regulations for tasks with increased hazards and specifics for employees required to wear uniforms. Overall, this wage determination is integral for contractors engaging in federal contracts to guarantee compliance with labor laws and protect workers' rights.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide explains the process for vendors to register on the PIEE platform, which serves the Department of Defense (DoD). This platform aims to streamline and secure the solicitation process by allowing vendors to submit offers more efficiently. There are two key roles within the PIEE Solicitation Module: Proposal Manager, essential for submitting proposals, and Proposal View Only. The guide details step-by-step instructions for new users to self-register if the company has an Account Administrator and for existing users adding new roles. Important steps include creating a user profile, selecting appropriate roles, and submitting registration for approval. Additionally, the document provides resources for account support and technical assistance, with links for further help if issues arise. Ultimately, the guide supports vendors in engaging with federal solicitations and enhances the management of proposals in compliance with government procurement standards.
    The document serves as an amendment to the solicitation N4008525R2590 regarding water testing services at Naval Station Newport, Rhode Island. It addresses several modifications, including the extension of the proposal due date to April 18, 2025, updates to contract line item numbers (CLINs 0011 and 0012), and clarifications on proposal submission via the Procurement Integrated Enterprise Environment (PIEE) system. Key responses to Requests for Information (RFIs) clarify discrepancies related to proposal deadlines and the contract's duration, affirming that the service period encompasses a base year, four option years, and a six-month extension, totaling 66 months. The solicitation specifies that proposals must segregate price and non-price information, ensuring compliance with the Service Contract Act for wage determinations. Contractors are required to coordinate with the Environmental Department at NAVSTA for sample collection and adhere to environmental regulations. The document emphasizes precise submission requirements and clarifies expectations for proposal evaluations based on unit costs, reinforcing procedural standards for contractual obligations. This amendment reflects the government's efforts to streamline bid processes and ensure compliance with environmental testing standards while providing a framework for service contractor evaluations and proposals.
    The document outlines Amendment 002 for Solicitation N4008525R2590, focused on the collection and analysis of various water samples at NAVSTA Newport, Rhode Island. It integrates responses to Requests for Information (RFIs) from contractors regarding analysis methods and responsibilities. Key clarifications include the acceptance of multiple analysis methods for Total Petroleum Hydrocarbons (TPH) and confirmation that both drinking water and wastewater samples are handled differently, with base personnel responsible for drinking water and contracted staff for wastewater and stormwater samples. The amendment stresses that all sampling must comply with federal and state regulations, specifically referencing 40 CFR 136 for wastewater testing. Additionally, it specifies that trained personnel must collect samples adhering to prescribed procedures. The document concludes by indicating the necessity for acknowledgment of the amendment by contractors to ensure proper procedural compliance before the offer submission deadline.
    The document is an amendment to solicitation N4008525R2590, specifically Amendment 003, issued by NAVFACSYSCOM MID-ATLANTIC. The main purpose of this amendment is to extend the proposal due date from March 18, 2025, at 2:00 PM to March 25, 2025, at 2:00 PM. While other terms and conditions of the initial solicitation remain unchanged, all contractors must acknowledge receipt of this amendment to avoid rejection of their offers. This acknowledgment can be done through several specified methods, including returning a signed copy of the amendment or indicating receipt in the offer submission. The document includes essential details such as the names and titles of the contracting officer, a description of the changes, and administrative instructions related to contract modifications. Overall, this amendment serves to provide clear communication regarding changes in submission timelines for potential contractors responding to the federal solicitation, reflecting typical processes in government contracting and procurement.
    The government file outlines a Request for Proposals (RFP) for water testing services at Naval Station Newport, Rhode Island. The primary purpose is to ensure compliance with state environmental regulations, as the station currently lacks the capability to perform required testing on-site. The contract, an Indefinite Delivery/Indefinite Quantity arrangement, will include recurring and non-recurring services over a five-year period, with a set-aside for small businesses. Contractors must be certified by the State of Rhode Island’s Health Department and provide all necessary labor, materials, and equipment for water sampling and analysis. Vendors are required to coordinate with the Environmental Department for sampling logistics and adhere to specified deadlines for annual testing. The proposal evaluation will focus on the lowest acceptable pricing. Also detailed are bid conditions, including wage determinations per the Service Contract Act, insurance requirements, and specific performance goals. The document emphasizes the importance of quality management and safety protocols, alongside the necessity for timely proposal submissions, specifying submission through the PIEE Solicitation Module. This approach of performance-based service acquisition aims to foster partnerships between the Navy and contractors, ensuring successful contract execution and adherence to regulations.
    The Naval Station Newport is seeking proposals for Potable Water Testing Services to comply with Rhode Island's environmental regulations. Due to a lack of in-house capabilities, NAVSTA Newport requires an external contracted service from a state-certified laboratory for environmental testing of water samples. The scope includes coordination with the NAVSTA Environmental Department to collect and analyze samples annually from designated locations within the station. The specified testing must adhere to local, state, and federal standards, with sample pickups arranged through the environmental point of contact. This Request for Proposal (RFP) has been categorized under a total small business set-aside and is intended to provide essential water testing services to maintain compliance and operational sustainability. Although the current solicitation has been canceled, it reflects the ongoing need for proper environmental management within military operations.
    Similar Opportunities
    Design Build – NAPS Looney Plaza Replacement, NAVAL STATION NEWPORT, NEWPORT, RI.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design and construction of the Looney Plaza Replacement at Naval Station Newport, Rhode Island. The project involves the demolition of the existing brick paver and quartz tile system and the installation of a new concrete plaza designed to eliminate trip hazards and provide a safe muster area for Naval Academy Preparatory School (NAPS) students, while adhering to Low Impact Development (LID) strategies for stormwater management. This opportunity is part of a Local Area Set-Aside and is reserved for qualified contractors under the Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the New London, CT/Newport, RI areas. Interested parties should contact Stefan Nassaney at stefan.nassaney@navy.mil or call 401-841-4443 for further details, with proposals due by December 18, 2025.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    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.
    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.
    Demolition and Construction of Drinking Water Well
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for the demolition and construction of a drinking water well at the Pomonkey Facility in La Plata, Maryland. The project entails decommissioning an existing well, drilling a new well to a depth of 500-900 feet, and installing a pump with a capacity of 10 gallons per minute, along with necessary electrical connections and pressure tanks. This initiative is crucial for ensuring a reliable potable water supply, adhering to federal, state, and local regulations, including EPA and AWWA standards. Interested small businesses must submit their responses, including relevant experience and capabilities, by December 25, 2025, to Yina Brooks at yina.brooks.civ@us.navy.mil.
    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.
    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).
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    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.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.