Analytical Services in Poland
ID: W912HZ26RA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R & D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- CHEMICAL/BIOLOGICAL (B504)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document used in government contracting to evaluate a contractor's past performance. It is divided into sections for both the contractor and the client to complete, covering contract details, project description, and client information. The questionnaire features a detailed rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions for assessing various aspects of performance. These aspects include quality, schedule adherence, customer satisfaction, management, financial management, and safety/security. The form emphasizes that clients should complete the questionnaire and submit it to the offeror, who then includes it in their proposal to USACE. The government retains the right to verify all information. This document is essential for evaluating performance risk in federal government RFPs, federal grants, and state/local RFPs, providing a structured approach to assess a contractor's capabilities and reliability.
    This document, "Environmental Laboratory Analytical Services in Poland – W912HZ26RA005," is a Technical Information Questionnaire (TIQ)/Individual Technical Evaluation Form for a federal government Request for Proposal (RFP). It outlines the evaluation criteria for offerors providing environmental laboratory analytical services in Poland. The evaluation is divided into two main volumes: Technical Proposal and Past Performance, each with multiple subfactors and technical requirements. Volume 1, Technical Proposal, assesses corporate capability (experience, accreditations, processing times), key personnel (qualifications, staffing plans), and technical approach (understanding of PWS, analytical capabilities, data delivery). Volume 2, Past Performance, evaluates the offeror's work history, including satisfactory ratings, absence of negative recommendations, and no record of terminations for default. The form requires offerors to provide proposal references for each standard of proof, and government evaluators will rate each requirement as "Acceptable" or "Unacceptable."
    Attachment 4 – Technical Exhibit A, titled "Table 1- List of Contaminants of Interest in Water Samples," outlines a comprehensive list of contaminants categorized by classification and relevant legislation. This document is crucial for government RFPs, federal grants, and state/local RFPs related to water quality testing and environmental compliance. The contaminants are grouped into microbiological, inorganic compounds, synthetic organic compounds (pesticides/PCBs, volatile organic compounds, and other organics), disinfectant/disinfectant byproducts, and radionuclides. Each category specifies contaminants regulated by FGS (Federal Guidance System) legislation, US Army Policy, or additional Poland & EU Standards, indicating a broad scope of regulatory requirements. This exhibit provides a detailed reference for water quality parameters, ensuring all necessary contaminants are considered for analysis and compliance in relevant government projects.
    Technical Exhibit B outlines the Performance Requirements Summary for a five-year ordering period, requiring a contractor to provide all labor, supplies, analysis, and data reports for requested analyses on an as-needed basis. The core requirement is to meet specific reporting limits and data deliverables for all requested analyses, particularly focusing on water sample analysis (chemical, biological, and physical quality parameters). Inspections will be based on customer feedback from the Technical POC and COR, with ratings ranging from Exceptional (100% Complete) to Unsatisfactory (0% Complete). This document is crucial for federal government RFPs, federal grants, and state/local RFPs, ensuring that contractors adhere to quality and reporting standards for analytical services.
    Attachment 6, Technical Exhibit C, outlines the minimum criteria for data deliverables to the Defense Occupational and Environmental Health Readiness System – Industrial Hygiene (DOEHRS-IH). Contractors must provide data digitally in text, Excel, and PDF formats. Table 2 details 28 required fields for DOEHRS-IH file data specifications, including DOEHRS ID, Field ID, DLS Sample Number, Collection Date, Matrix Description, Analyte Code, Analyte Name, Concentration, Units, and various detection limits (LOD, LOQ, MDL). Critical fields like Matrix Description, Analyte Code, Units, and Analytical Method must match DOEHRS-IH pick lists exactly to ensure data import. The document emphasizes strict adherence to field types, maximum sizes, and designations (Required, Functional, APHC Only) to prevent record rejection. ERDC will assist with pick list entries and Field #1 (DOEHRS ID).
    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 water quality analysis services in Poland. This full and open competition, identified under NAICS code 541380, aims to establish multiple awards for analytical services, including chemical, biological, and physical quality parameter analysis of water samples from U.S. Army Garrison Poland sites. The contractor must be based in Poland to meet sample holding times and possess necessary accreditations (NELAC, DOD ELAP, ISO/IEC 17025, and/or PN-EN ISO/IEC 17025:2018-02). The estimated total volume of purchases through this BPA is $982,638.40 over a five-year period. The agreement includes stringent security, safety, and reporting requirements, emphasizing contractor accountability and compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Water Sample Collection and Analysis Services
    Buyer not available
    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.
    Agricultural Wash of Military Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    NAP Environmental Services Single Award Task Order Contract
    Buyer not available
    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.
    Water Treatment Plant Annex (Romania)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Europe, Africa, Central, is seeking qualified contractors for the construction of a new Water Treatment Plant (WTP) Annex at Naval Support Facility Deveselu, Romania. This project aims to consolidate administrative office functions and ultra-filtration equipment currently housed in separate units into a single facility, along with the installation of a hazardous material storage facility. The total estimated value of the construction project is between $5,000,000 and $10,000,000, with a contract duration of approximately 360 days from award to completion. Interested contractors must ensure active registration in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for the upcoming solicitation, which is expected to be issued within the next two months. For further inquiries, contact Bebe Minger at bebe.j.minger.civ@us.navy.mil or My-Angela H. Buescher at myangela.h.buescher.civ@us.navy.mil.
    Chelated Copper Algaecide
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking sources for the procurement of Chelated Copper Algaecide (Bulk Liquid) for the Washington Aqueduct. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that complies with ANSI/AWWA Standard B602 and is certified to meet NSF/ANSI Standard 60, with a five-year ordering period anticipated. Chelated Copper Algaecide is crucial for water treatment processes, ensuring the maintenance of water quality and safety. Interested vendors can reach out to Brandi Dupree at brandi.a.dupree@usace.army.mil or call 410-962-0017 for further details regarding this opportunity.
    2025 ERDC Broad Agency Announcement
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is issuing the 2025 Broad Agency Announcement (BAA) for various research and development initiatives through its Engineer Research and Development Center (ERDC). This announcement invites pre-proposals for basic and applied research across multiple laboratories, including Coastal and Hydraulics, Geotechnical and Structures, Environmental, Information Technology, Construction Engineering, Cold Regions Research, and Geospatial Research, focusing on areas such as hydraulics, environmental restoration, and geospatial solutions. The BAA is crucial for advancing scientific knowledge in support of USACE, Army, and Department of Defense missions, and it encourages participation from educational institutions, non-profits, private industry, and small businesses. Interested parties can submit pre-proposals at any time, and for further details, they may contact Christopher Barnett at Christopher.M.Barnett@usace.army.mil or Robyn D. Wells at Robyn.D.Wells@usace.army.mil.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Bottled Water Supply Services
    Buyer not available
    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.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Buyer not available
    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.
    Water Quality Testing Service
    Buyer not available
    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.