Shafer Dam/Success Lake Water Testing
ID: W9123825QA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Testing Laboratories and Services (541380)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for water testing services at Success Lake, located near Porterville, California. The contractor will be responsible for conducting various water quality tests, including coliform bacteria, nitrates, and dissolved oxygen, at multiple designated sites, adhering to California state standards and federal regulations. This procurement is crucial for maintaining public health and environmental safety, with a contract period spanning from June 2025 to May 2026, with options for four additional years. Interested small businesses, particularly those owned by women, must submit their proposals by the specified deadlines, and inquiries can be directed to Luis Valencia at luis.a.valencia@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Water Testing contract for a three-year period starting from June 1, 2025, to May 31, 2029. The contract involves monthly water quality tests at specified locations: Tule Day Use (Pump Houses 3-1 and 3-2), Rocky Hill Day Use Area, and the Administration Area. Each month will include tests for coliform bacteria, nitrates, dissolved oxygen, field pH, electrical conductivity, and a series of contaminants like formaldehyde, zinc, and phenols. A coliform re-test is mandated, along with trip fees for travel. The testing frequency and maximum quantities per year are strictly defined, ensuring compliance with safety and environmental standards. The outlined plan demonstrates the government's commitment to maintaining water quality and public health through rigorous testing protocols and planning over the contract's lifespan, establishing a structured approach to ongoing environmental monitoring.
    The document outlines a multi-year water testing contract, set to span from June 1, 2025, to May 31, 2029, for testing water quality at various locations, including Tule Day Use areas and administrative pump houses. Each month, multiple tests for coliform bacteria, nitrates, dissolved oxygen, and other contaminants are scheduled, with specific requirements on the quantity and frequency of tests. The contract allows for coliform and field tests to occur monthly and specifies additional re-testing under particular circumstances. It imposes annual limits on tests, ensuring regulatory compliance and environmental safety. The planned testing includes routine sampling and analysis to monitor water quality effectively, with provisions to cover a wide range of potential pollutants, like formaldehyde and heavy metals. This procurement is structured in precise cycles and decisions to sustain safe water resources, reflecting government priorities in public health and environmental stewardship. The contract adheres to both federal and state RFP frameworks, emphasizing regular evaluations to align with safety standards while accommodating varied geographic testing sites.
    The document outlines a detailed water testing contract for the period from June 1, 2025, to May 31, 2026. It includes monthly testing requirements for various water sources, such as coliform tests at multiple pump houses (Tule Day Use and Administration), re-tests, and analyses for nitrates, dissolved oxygen, pH, and electrical conductivity. Additionally, it specifies testing for formaldehyde, zinc, phenol, and nitrogen. The contract allows for a maximum number of tests to be conducted—60 for coliform testing and 24 for re-tests within the contract year. Moreover, it includes logistical notes relating to trip fees and the scheduling of tests, indicating that samples will be taken during the first week of each month, with specific tests planned for January. The purpose of this water testing contract is to ensure compliance with environmental standards and to monitor water quality across various designated areas, reflecting the government's commitment to maintaining public health and environmental safety. Detailed tracking of contract usage and available budget is also outlined, emphasizing the need for efficient resource management throughout the testing period.
    The Performance Work Statement outlines the requirements for water testing services at Success Lake, located near Porterville, CA. The contractor is responsible for all necessary resources, including labor, materials, and permits, to perform various water quality tests at five designated sites, adhering to California state standards. Tests are to be conducted monthly, encompassing coliform bacteria, nitrates, and dissolved oxygen among others. The contract includes specific invoicing procedures and mandates that results be reported promptly to the Operations Project Manager, ensuring compliance with state laws. The contract period includes a base year from June 2025 to May 2026, with potential for four additional option years. Contractor responsibilities encompass maintaining safety standards, providing qualified personnel, and executing a comprehensive safety program. The government will oversee compliance through a Quality Assurance Surveillance Plan, ensuring that the contractor meets performance standards consistently. Any deviations from agreed requirements may lead to penalties, including potential contract termination. This document emphasizes the importance of safety, quality control, and regulatory adherence in water testing operations as part of government initiatives to maintain public health and environmental standards.
    The document outlines a solicitation for services by the U.S. Army Corps of Engineers, specifically focused on water testing services at Shafer Dam/Success Lake, aimed at women-owned small businesses (WOSB). The contract includes a base year and multiple option years for comprehensive water testing services, specifying the use of Firm Fixed Price arrangements. Relevant details include the solicitation number, contact information for inquiries, and submission requirements. The performance will be evaluated based on a Performance Work Statement, detailing service expectations. The contract facilitates inspection and acceptance of services at designated locations, while also emphasizing necessary security protocols and compliance with federal regulations, notably including cybersecurity measures and protections for controlled unclassified information. Additionally, contractors are informed about payment protocols, invoice requirements, and conditions for potential contract termination. Ultimately, this solicitation aims to enhance operational capabilities while supporting small businesses owned by women, ensuring adherence to legal, safety, and performance standards throughout the contracting process.
    The Success Lake Water Testing document addresses inquiries regarding an RFP for water analysis services. Offerors are instructed to submit a lump sum price for annual analyses, ensuring all costs are included. A CLIN schedule detailing test quantities and pricing will be uploaded to the SAM site. There is no incumbent contractor listed, and interested parties are encouraged to research past awards. Additionally, results for coliform tests must be reported as absent or present, with 48 retests permitted annually. The contractor is responsible for developing a Bacteriological Sample Sitting Plan (BSSP), and a Title 22 evaluation is planned for a new well at the Tule Day Use Area, subject to regulatory approval timelines. Confusion around a “QT 100” test led to its removal from the CLIN schedule due to an error in inclusion. Overall, the document outlines the expectations and requirements for bidders while ensuring clarity in the testing processes and administrative procedures involved in the contract procurement process.
    The document outlines the questions and answers pertaining to the Success Lake Water Testing RFP. The main purpose is to clarify the proposal requirements for potential offerors. Respondents are instructed to provide a lump-sum price for one year that encompasses all requested analyses, with a requisite format for submission including a completed SF 1449 and a detailed pricing table. The solicitation references a CLIN schedule uploaded to the SAM site that details necessary tests and maximum quantities, which will serve as the pricing structure. Further details indicate that results for coliform retests should be reported as absent or present rather than MPN, and it specifies that offerors should plan for 48 retests across the contract year. Information regarding any incumbent contracts is available on SAM.gov, emphasizing the need for bidders to conduct independent research. These clarifications aim to streamline the proposal process and ensure compliance with testing requirements, showcasing an organized approach to managing public health water testing activities in compliance with federal guidelines.
    The document outlines questions and answers related to the RFP for water testing at Success Lake. It specifies that contractors should submit a lump sum price for one year (1 Job) encompassing all requested analyses. Offerors must include a completed SF 1449 and a detailed pricing table in their proposals, which will be made available on the SAM site along with the required CLIN schedule outlining the necessary tests and quantities. It clarifies that results for coliform retests should be reported as "absent/present" and accounts for a total of 48 potential retests per year, with up to four possible retests each month. Inquiries into incumbent contracts can be researched on SAM.gov. This document is crucial for ensuring that interested vendors correctly understand the proposal requirements for the water testing contract, aligning with government RFP standards. Overall, it addresses pricing, submission formats, retest reporting, and referencing prior contracts within the context of this solicitation.
    The document outlines wage determinations under the Service Contract Act (SCA) from the U.S. Department of Labor. It specifies minimum wage rates that contractors must pay their employees based on contract dates and the applicable Executive Orders—Executive Order 14026 for contracts starting or renewed after January 30, 2022, and Executive Order 13658 for those awarded between January 1, 2015, and January 29, 2022. The minimum wage rates vary by occupation and are specified for a range of job titles, including administrative, automotive, health, and technical roles, alongside fringe benefits and requirements under the Executive Orders. The document also emphasizes additional regulations related to paid sick leave and stipulates that contractors must adhere to specific guidelines for classification and compliance concerning wages for employees not listed. Overall, this wage determination serves to ensure that federal contractors comply with labor law requirements while providing fair compensation to workers in California’s Tulare County.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    W9126G26QA015
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Fort Worth office, is seeking qualified vendors to provide water and sewer testing services at Somerville Lake in the Capital Region of Texas. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the NAICS code 541380 for Testing Laboratories and Services. The services are critical for maintaining environmental systems protection and ensuring water quality standards are met in the area. Interested parties should reach out to Jennifer McCollum at jennifer.mccollum@usace.army.mil for further details regarding the submission process and any upcoming deadlines.
    Legionella Water Testing (Boise VAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    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.
    Sources Sought - FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide comprehensive Water Management Plan (WMP) development, maintenance, verification, and Legionella testing services for the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP that adheres to ANSI/ASHRAE Standard 188, CMS QSO 17-30, and CDC guidance, which includes ongoing maintenance, quarterly and semi-annual verification visits, and routine water sampling for Legionella, heterotrophic plate count (HPC), and E. coli. This initiative is crucial for ensuring the safety and compliance of the health center's water systems, thereby protecting public health. Interested vendors must respond with their qualifications, including company details and IEE status, to Minkyu Kim at minkyu.kim@ihs.gov, as this is a sources sought notice aimed at market research and compliance with the Buy Indian Act.
    Blanket Purchase Agreement of Laboratory Analyses Services for Worldwide Support
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Engineering and Expeditionary Warfare Center, is seeking proposals for a Blanket Purchase Agreement (BPA) for laboratory analyses services to support various environmental projects worldwide. The procurement aims to establish long-term agreements for chemical analysis, toxicity testing, and air testing, with a focus on compliance with federal environmental regulations and strict quality control standards. This opportunity is specifically set aside for Women-Owned Small Businesses (WOSB), and interested vendors must demonstrate their capability and eligibility by providing necessary documentation to the contracting office by January 6, 2026. For further inquiries, vendors can contact Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil or Nicole M. Mendes at nicole.m.mendes2.civ@us.navy.mil.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    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.
    F103-- Well Network Water Testing Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Well Network Water Testing Service Contract for the Asheville Veterans Affairs Medical Center (VAMC). This contract will require the selected contractor to perform monthly water testing of the emergency backup well system, assessing various contaminants including Total Coliform, E.coli, Lead, and Nitrates, with results to be delivered digitally within five business days of testing. This acquisition is a 100% Small Business Set-Aside, with a performance period from January 9, 2026, to January 8, 2031, and proposals are due by December 24, 2025, at 3:00 PM EST. Interested parties should direct all inquiries via email to Contracting Officer Zanona Pickett at Zanona.Pickett@va.gov, as telephone requests will not be accepted.
    F103--STX WATER QUALITY MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Water Quality Monitoring services for the South Texas Veterans Healthcare System. The procurement aims to provide, install, and maintain advanced continuous water quality monitoring equipment and data management systems, ensuring compliance with health and safety standards. These services are crucial for maintaining safe water quality in healthcare facilities, particularly in preventing Legionella outbreaks. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their offers by December 19, 2025, and can contact Contracting Officer Joseph A. Leyte at joseph.leyte@va.gov or 210-694-6315 for further information.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.