B--NYC Water Sample Disinfection Byproduct Analysis
ID: 140G0125Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- WATER QUALITY (B533)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide laboratory analysis services for New York City's drinking water samples, specifically to assess disinfection byproduct formation potential. The contract requires the analysis of regulated trihalomethanes (THM) and haloacetic acids (HAA) using certified EPA methods, with a minimum of 100 samples and a maximum of 1,000 samples analyzed annually over a one-year period, with options for four additional one-year extensions. This initiative is crucial for ensuring compliance with federal water quality standards and maintaining public health safety. Interested vendors must submit their proposals by February 6, 2025, and can direct inquiries to Daniel Galvin at dgalvin@usgs.gov.

    Point(s) of Contact
    Galvin, Daniel
    (703) 648-7397
    (703) 648-7899
    dgalvin@usgs.gov
    Files
    Title
    Posted
    The United States Geological Survey (USGS) New York Water Science Center (NYWSC) is seeking quotes for laboratory analysis of water samples to determine disinfection byproduct formation potential in New York City’s drinking water sources. Specifically, the focus is on analyzing regulated trihalomethanes (THM) and haloacetic acids (HAA) using certified EPA methods (524.2 and 552.2). Contractor laboratories must be certified by New York State Department of Health or NELAP, capable of processing approximately 1,000 samples annually, and ensure adherence to procedures such as Chain of Custody and quality assurance. The USGS will handle sample collection and transportation, maintaining a timeline for analysis results delivery. The performance period spans one year, with options for four additional years. Contractors need to register on the NYC PASSPort online platform post-award. This request for proposals emphasizes analytical precision and regulatory compliance in water quality monitoring, reflecting the government's priority on public health and environmental safety.
    The United States Geological Survey (USGS) New York Water Science Center (NYWSC) is seeking contractors for a project analyzing disinfection byproduct formation potential in New York City's drinking water supply. Specifically, the study requires the analysis of regulated trihalomethanes (THM) and haloacetic acids (HAA) using certified EPA methods (524.2 and 552.2). Contractors must have certification for water chemistry from either the New York State Department of Health or the National Environmental Laboratory Program, as well as the capacity to analyze between 500 to 1,000 samples annually over a five-year period. Sample collection and delivery logistics, including the handling of Chain of Custody protocols, are detailed in the requirements, along with the necessity for electronic delivery of results. Contractors must register with the New York City PASSPort platform post-award. This project underscores the importance of maintaining safe drinking water standards through rigorous scientific analysis, ensuring compliance with federal regulations.
    The document outlines a Request for Proposals (RFP) related to the analysis of disinfection byproducts, specifically E524 THM and E552 HAA5, over a five-year period. It specifies various quantities (10, 100, 1000 samples) and the delivery time frame in business days for sample analysis. The structure indicates a base year followed by four option years, each assessing the pricing per sample and required minimum and maximum quantities. This RFP serves to solicit bids for laboratory services that will support compliance with federal regulations on drinking water quality. The document emphasizes fiscal planning for each fiscal cycle, delineating how many samples will be tested and the cost implications for each year, thus aiming to ensure transparency and competitive pricing in the procurement process. Overall, it is a critical component in maintaining public health and environmental safety standards through regulated water testing.
    The document consists of questions and answers related to the Request for Quotations 140G0125Q0001, clarifying details about the submission process and requirements for proposals. Key points highlight that each sample analyzed must undergo both THM and HAA tests, with results submitted in separate vials. The correct period of performance for the contract is established as one year with four optional extensions, contrary to an earlier stated period of five years. Documentation requirements are specified, indicating that vendors only need to include details outlined in Section E.1.4 to E.1.6 and complete necessary provisions unless already filled out in their profile. Vendors are warned that any missing mandatory documents during proposal submission may lead to rejection or lower evaluation scores, but the USGS will not notify vendors of any omissions after submission. This document serves to clarify essential submission guidelines, ensuring that all participants are thoroughly informed about the proposal requirements for successful consideration in the bidding process.
    The document addresses queries related to the Request for Quotations 140G0125Q0001, specifically Amendment 0002 and Amendment 0003. The primary focus is on clarifying submission requirements for proposals related to water quality analysis, including Total Halomethanes (THM) and Haloacetic Acids (HAA). Each sample must undergo both analyses and be processed within EPA standards. The period of performance for the contract is confirmed to be one year, with four optional one-year extensions, contrary to an earlier interpretation of five years. Vendors are reminded that only essential documents outlined in the solicitation are necessary, while any additional submissions are at their discretion. However, incomplete proposals can be rejected or rated lower. Clarifications include that contact information for references should be provided and a correction regarding sample quantities was made, adjusting the minimum from 200 to 100 samples per year, with an estimated maximum of 1,000. The document confirms an approximate frequency of sample collection as once per month and emphasizes the importance of timely processing to maintain compliance with established standards.
    The document outlines an amendment (140G0125Q0001) related to a solicitation modification and provides specific instructions regarding acknowledgment of the amendment. The key change noted is the reduction in the minimum quantity for contract orders from 200 to 100 per contract year, while all other terms and conditions remain unchanged. Offerors must acknowledge receipt of this amendment prior to the designated time to avoid rejection of their offers. The amendment is issued by the USGS OAG Reston Acquisition Branch, and any inquiries should be directed to the designated contracting officer, Daniel Galvin. This document serves to communicate adjustments in terms related to acquisition processes in compliance with federal government regulations, ensuring that contractors are informed of changes that could impact their proposals and the contract execution. The structured format includes provisions for logging acknowledgments and clarifications on modifications, representing standard communication in federal procurement processes.
    The document is an amendment to a Request for Quotations (RFQ) numbered 140G0125Q0001, outlining important modifications to a solicitation issued by the United States Geological Survey (USGS). The key changes include answers to questions received about the solicitation incorporated as an attachment, and a revision to the performance period in the Statement of Work (SOW). Specifically, the period of performance has been updated from 1825 days (five years) to one year from the date of award, with an option for four additional one-year periods. The amendment emphasizes the need for contractors to acknowledge the receipt of this amendment through specified methods, highlighting the importance of adhering to deadlines to avoid rejection of offers. The remaining terms and conditions remain unchanged, ensuring continuity in the procurement process. The document underscores the detailed procedural requirements foundational to government contracting, reflecting the need for clarity and compliance in federal solicitations.
    The document is an amendment to a solicitation for a government contract, specifically related to the U.S. Geological Survey's (USGS) acquisition processes. It outlines the requirements for contractors to acknowledge receipt of the amendment before the specified deadline, detailing acceptable methods of acknowledgment such as electronic communication or written correspondence. The amendment addresses modifications to the contract, primarily responding to additional inquiries from prospective offerors, with an updated attachment that compiles these questions and answers. The notice clearly defines that all other original terms and conditions remain unchanged. This amendment emphasizes the importance of timely communication and adherence to procedural guidelines in the contracting process, reflecting the structured approach of government procurement practices.
    This document outlines a Request for Proposal (RFP) issued by the US Geological Survey (USGS) for water sample analysis services. The RFP specifies the scope of work, which includes testing laboratory services under NAICS code 541380, with a size standard of $19 million. Offers are due by February 6, 2025, with the effective date of the contract expected post-award. The RFP encourages participation from various small business categories, including Service-Disabled Veteran-Owned and Women-Owned businesses. Proposals must include pricing per sample, technical capabilities, and at least three references from similar projects completed within the last three years. Key evaluation factors include pricing and past performance. The contract covers multiple option years up to four, with delivery timelines spread across 365 to 1825 days post-award. Compliance with Federal Acquisition Regulations (FAR) is required, particularly concerning payment, service contracting labor standards, and overall contract management. The RFP process emphasizes the importance of electronically submitted proposals and adherence to labor standards, ensuring fair treatment of subcontractors and maintaining contractors' accountability through past performance assessments. This initiative aims to secure reliable laboratory services related to water sampling, enhancing data integrity for environmental assessments.
    Similar Opportunities
    Water Quality Testing Services, Upper Connecticut River Basin, VT & NH
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for Water Quality Testing Services in the Upper Connecticut River Basin, covering areas in Vermont and New Hampshire. The contractor will be responsible for providing all necessary labor, materials, and equipment to conduct both potable and non-potable water sampling and analyses, ensuring compliance with State and Federal regulations to protect public health. This procurement is crucial for maintaining water quality at designated reservoirs and projects, with a focus on timely reporting of results for contaminants such as total coliform and e-coli. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by December 8, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    Lab Water Purification
    Buyer not available
    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.
    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.
    F--Superfund Analytical Methods Provisions & Clauses
    Buyer not available
    The Environmental Protection Agency (EPA) is seeking analytical services through the Superfund Analytical Methods (SFAM02.0) Solicitation to support its investigation and cleanup activities under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA) and the Superfund Amendments and Reauthorization Act of 1986 (SARA). The procurement aims to provide essential analytical data that will assist the EPA in effectively managing environmental remediation efforts. This opportunity is critical for ensuring compliance with federal environmental regulations and facilitating the cleanup of contaminated sites. Interested parties can reach out to Mary K. Doherty at doherty.mary@epa.gov or (202) 564-8951 for further information regarding the solicitation and associated provisions.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Buyer not available
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.
    F--EPA WATER RFP
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for its Water Assessment and Technical Emergency Response (WATER) Contract through a Request for Proposal (RFP). This procurement aims to engage qualified contractors to provide environmental consulting services, specifically focusing on water-related assessments and emergency response initiatives. The services sought are critical for ensuring effective management and response to water quality issues, which play a vital role in public health and environmental protection. Interested parties can reach out to Emily Mogg at Mogg.Emily@epa.gov or by phone at 415-972-3711 for further details regarding the solicitation and any associated deadlines.
    66--Lab Supplies
    Buyer not available
    The Environmental Protection Agency (EPA), Region 3, is soliciting bids for laboratory supplies under Request for Quotation number 68HE0326Q0001, aimed at supporting section operations through December. The procurement includes a wide range of general lab supplies, reagents, and chemicals necessary for sample login and laboratory maintenance, with a detailed list of 158 distinct items provided in the associated documentation. These supplies are critical for scientific analysis and laboratory operations, ensuring compliance with various testing methods and quality control standards. Interested vendors must submit their quotations by December 8, 2025, at 16:30 EST, and can direct inquiries to John Robb at robb.john@epa.gov or by phone at 215-814-5468.