Analytical and Data Validation Services SATOC
ID: W912DW25R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 14, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 26, 2024, 12:00 AM UTC
  3. 3
    Due Dec 16, 2024, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting proposals for Analytical and Data Validation Services under a Total Small Business Set-Aside. The procurement aims to secure professional scientific and technical services for chemical analysis and validation across various matrices, including soil, water, and air, in compliance with federal and state environmental regulations. These services are critical for ensuring environmental safety and compliance with laws such as the Clean Water Act and the Resource Conservation and Recovery Act. Interested firms must demonstrate capabilities in bioassay, chemical analysis, and data validation, and are required to obtain necessary accreditations. For further details, including the revised price schedule, interested parties should contact John Scola at John.P.Scola@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
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.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management over a five-year term, encompassing both domestic and international sites. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's mission to enhance public safety. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
NAVFAC NORTHWEST LONG TERM MONITORING, OPERATIONS AND MAINTENANCE ENVIRONMENTAL REMEDIATION SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals from qualified small businesses for a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Long Term Monitoring, Operations, and Maintenance Environmental Remediation Services. The contract will encompass a range of environmental services, including remediation, compliance, technical consultation, and site maintenance across the NAVFAC Northwest area of responsibility, which includes multiple states with a primary focus on Washington. This procurement is a total small business set-aside, and interested parties must register on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module to access the solicitation and submit proposals, with no hard copies provided. For further inquiries, potential offerors can contact Tatiana Tubberville or Bryanna Monfort via their respective emails.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0003
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) under solicitation number W51EW725RA001. The procurement aims to secure non-personal services, including qualified personnel and necessary equipment, to support developmental and operational testing of Chemical and Biological defense systems at Dugway Proving Ground, Utah. This contract is critical for ensuring compliance with safety and quality standards while enhancing the operational capabilities of the WDTC. Interested small businesses must submit their proposals by 5:00 PM EDT on April 29, 2025, and can direct inquiries to Eukia Bryant at eukia.d.bryant.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
Amendment 0003 to Architect-Engineer (A-E) Services for Hazardous, Toxic, Radioactive Waste (HTRW) Support, Seattle District (NWS)
Buyer not available
The Department of Defense, specifically the Department of the Army through the Seattle District (NWS), is seeking qualified architect-engineer firms to provide Hazardous, Toxic, and Radioactive Waste (HTRW) support services. This procurement aims to address the need for comprehensive engineering services related to HTRW management, ensuring compliance with environmental regulations and safety standards. The selected firm will play a crucial role in the assessment, design, and implementation of solutions for hazardous waste issues, which are vital for maintaining public health and environmental integrity. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or 425-923-8716, or Curt Stepp at curt.stepp@usace.army.mil or 206-764-6805 for further information regarding this opportunity.
Environmental Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Services. The procurement aims to provide a comprehensive range of environmental consulting services, including compliance with federal environmental regulations, restoration, conservation, and pollution prevention, primarily in North Carolina and Virginia, with potential work extending to other southeastern states. This contract, which includes a base year and four option years, is crucial for ensuring environmental compliance and management for various projects undertaken by the Corps and its customers. Interested firms must respond by May 2, 2025, with their qualifications and capabilities to the designated contacts, Diana Curl and Rosalind M. Shoemaker, via email, and must be registered in the System for Award Management (SAM) to be eligible for award.
Environmental Restoration Architect Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. This procurement aims to address environmental projects primarily in Washington and Alaska, with a total contract value not exceeding $45 million over a potential duration of 66 months. The selected firms will be evaluated based on criteria including specialized experience, professional qualifications, past performance, and management capacity, emphasizing the importance of compliance with federal regulations and effective project management. Interested parties must submit their completed SF-330 packages electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil or Kimberly Gillette at kimberly.a.gillette4.civ@us.navy.mil for further information.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.