Wastewater Sampling Analysis
ID: W51AA125Q0055Type: Combined Synopsis/Solicitation
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

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Contracting Command at Tobyhanna Army Depot, is seeking proposals for wastewater sampling and analysis services under solicitation W51AA125Q0055. The contract requires comprehensive wastewater analysis to ensure compliance with Pennsylvania Department of Environmental Protection (PADEP) permits, covering a base year plus four optional years of service. This initiative is crucial for maintaining environmental standards and operational efficiency at the depot. Interested vendors must submit their quotes by June 27, 2025, and can direct inquiries to Kaila Black at kaila.e.black.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil.

    Files
    Title
    Posted
    The document outlines a request for proposal (RFP) regarding wastewater analysis services for the U.S. Army, specifically under solicitation W51AA125Q0055. The RFP requires vendors to provide comprehensive wastewater sampling and analysis to comply with Pennsylvania Department of Environmental Protection (PADEP) permits for a base year plus four option years. The solicitation emphasizes participation from small businesses, including service-disabled veteran-owned, women-owned, and economically disadvantaged businesses. Key details include a submission deadline of June 16, 2025, and a point of contact, Kaila Black, who can be reached for further information. The document incorporates various clauses related to the standards of service contracting, telecommunications prohibitions, and compliance certifications, which govern contractor responsibilities and stipulate that no telecommunications equipment linked to certain foreign entities may be used. This initiative demonstrates the government's commitment to environmental compliance while fostering small business participation, thus ensuring a competitive procurement process aligned with federal contracting regulations.
    This document pertains to the amendment of a solicitation related to Request for Quote (RFQ) W51AA1-25-Q-0055 for wastewater analysis services at the Tobyhanna Army Depot. The key updates include a change in the solicitation close date from June 16, 2025, to June 23, 2025, and the introduction of a question end date for inquiries to ensure clarity among offerors. The acquisition category has been revised from a Small Business set aside to an 8(a) program, indicating a focus on supporting small businesses that are part of the program. A preproposal conference is scheduled for June 12, 2025, encouraging potential offerors to participate. The contractor must be registered in the System for Award Management (SAM) without exclusions and must meet specific pricing and responsibility criteria as stated in the FAR. The basis for award will favor the best value to the government rather than the lowest price alone. Proper submission of proposals, including signed amendments, is required to avoid rejection. These changes reflect an effort to facilitate engagement while ensuring compliance and responsibility in the bidding process.
    The document is an amendment to a government solicitation for wastewater analytical services, issued by the Tobyhanna Division of the U.S. Army. Its primary purpose is to incorporate responses to contractor questions, providing clarification on various aspects of the original solicitation. Key points include guidelines for handling emergency sampling requests, requirements for courier and field staff costs, and necessary accreditation from the Pennsylvania Department of Environmental Protection (PaDEP). The contract mandates that all sampling must be conducted in person to ensure compliance with permit regulations, and it outlines specific analytical scopes for various sampling frequencies. Furthermore, the amendment specifies acceptable reporting formats and timelines for laboratory results. This document serves as an important clarification for contractors bidding on the project, ensuring adherence to federal regulations and operational standards within the context of local and state RFPs.
    This document is an amendment to solicitation W25G1V5085004B, issued to provide clarifications on the project's requirements. It confirms that the proposal due date remains unchanged. Key clarifications include information about the current laboratory conducting the project, confirmation of setup responsibilities, and the project length, which is designated as a base year plus four one-year options. Notably, the contract is expected to start immediately after the current one expires on December 4, 2025. The amendment also addresses timelines for sample results, indicating that 15 calendar days are required for reporting standard analyses following sample collection, despite some tests taking longer. The document concludes by outlining necessary detection limits that will be specified in a permit post-award. This amendment serves to ensure potential contractors have adequate information for their proposals in accordance with federal contracting procedures.
    The document pertains to a proposed pricing sheet for a firm-fixed-price service contract concerning wastewater analysis services, outlined under solicitation W51AA1-25-Q-0055. Vendors are required to provide a detailed pricing structure delineating both monthly and annual costs for services over a span of five years, including a potential six-month extension of the base year pursuant to FAR Clause 52.217-8. The pricing is segmented into a base year and four optional extensions, with total costs calculated from these submissions. This pricing sheet aims to establish clear financial expectations for the contract, ensuring that all prospective vendors present their costs comprehensively as stipulated in the performance work statement. The emphasis on firm-fixed pricing indicates a structured approach to budgeting and financial accountability within government contracting practices. Overall, the document serves as a transactional framework for engaging services aimed at effective wastewater management in compliance with federal expectations.
    The document reflects various government Requests for Proposals (RFPs) and federal grants focusing on infrastructure improvements, possibly related to community enhancements or facility upgrades. It outlines the activities undertaken including surveys of environmental hazards, construction assessments, and plans for mechanical and plumbing upgrades, in alignment with federal regulations and safety standards. Key points emphasize the need for compliance with health regulations, highlighting potential public health risks such as those found in asbestos inspections or lead paint assessments. The document suggests a collaborative effort among contractors and government agencies to address these hazards while modernizing existing facilities. Overall, it serves as a guideline for transparency and adherence to safety protocols in public projects.
    The document is an amendment to a federal solicitation, specifically modifying the close date for submissions and the date for questions. The revised solicitation close date is now set for June 27, 2025, at 12:00 PM EST, extended from its original date of June 23, 2025. Additionally, the question end date has been updated to June 19, 2025, at 4:00 PM EST, previously June 16, 2025. Aside from these adjustments, all other terms and conditions remain unchanged and enforceable. It is important for contractors to acknowledge the receipt of this amendment in their offers to avoid rejection, and they may do so through specific methods outlined in the document. The amendment process is a common practice in government procurement, ensuring that all prospective offerors are aware of changes that may affect their bid submissions.
    This document pertains to an amendment of a solicitation or modification of a government contract, specifically identified as W25G1V5085004B. The amendment, designated as P03, updates the bid chart while stating that all other terms and conditions remain unchanged. The contract ID, solicited by the U.S. Army Contracting Command's Tobyhanna Division, is referenced along with the contractor’s and contracting officer’s details. The amendment clarifies the acknowledgment process, requiring that contractors acknowledge receipt of this amendment before the specified deadline to avoid rejection of their offers. It also outlines the procedures for submitting changes to existing offers. The effective date of this amendment is noted as June 18, 2025, with a clear directive that the modifications noted do not extend the deadline for submission of offers. Overall, the purpose of this amendment is to provide clarity on the bid submission process and ensure compliance with the established solicitation terms. This aligns with standard government practices for modifications in RFPs and contract management. The document emphasizes adherence to regulatory frameworks and the importance of communication in government contracting.
    The document outlines a proposed pricing sheet for a firm fixed-price contract regarding wastewater analysis services under Solicitation W51AA1-25-Q-0055. Vendors must provide monthly and annual pricing for a base year and four optional years of service, with an additional pricing category for a possible six-month extension of the fourth option year. The pricing is to be comprehensive, covering all services defined in the accompanying performance work statement. Vendors are instructed to calculate the total costs across all five years plus the extension option, which is essential for evaluation purposes. The structured format enforces clarity and accountability, reflecting the federal procurement process and compliance with relevant FAR clauses. This document serves as an important guideline for vendors participating in the bidding process for government wastewater management services, ensuring transparency in cost estimation and service delivery timelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    NAP Environmental Services Single Award Task Order Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the NAP Environmental Services Single Award Task Order Contract, aimed at providing environmental consulting services related to marine and navigable waterways in support of the USACE Philadelphia District. This procurement involves a single-step best value source selection tradeoff with full and open competition for an Indefinite Delivery Contract, which will facilitate task orders that may be required on short notice across a five-state area, including Delaware, Pennsylvania, New Jersey, Maryland, and New York. The services are critical for maintaining and assessing environmental conditions within the Delaware River Basin and may also extend to other Corps Districts within the North Atlantic Division. Interested contractors can reach out to Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil for further details.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, 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.
    Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for environmental water and sediment sampling, analysis, and reporting services at the McAlester Army Ammunition Plant. The procurement will utilize simplified acquisition procedures, with Green Country Testing identified as the only authorized supplier capable of ensuring consistent data quality and continuity in laboratory methods and equipment for state-required reporting. This specialized service is critical for maintaining compliance with environmental regulations and ensuring the integrity of sampling data. Interested parties may direct inquiries to Andrea Jones at andrea.jones36.civ@army.mil, noting that this notice is not a request for offers and that the government retains discretion over future competitive procurements.