Blanket Purchase Agreement of Laboratory Analyses Services for Worldwide Support
ID: N3943026Q1002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFAC SYSTEMS AND EXP WARFARE CTRPORT HUENEME, CA, 93043-4301, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFAC), 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 laboratory services, including chemical analysis, toxicity testing, and air testing, with a focus on compliance with federal environmental regulations and adherence to strict quality standards. This opportunity is exclusively 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. Proposals will be evaluated based on technical merit, past performance, and pricing, with the potential for up to three contractors to be awarded agreements. For further inquiries, interested parties may contact Ryan J. Kenniff or Nicole M. Mendes via the provided email addresses or phone numbers.

    Files
    Title
    Posted
    This document is a mandatory pricing template for the EXWC Shore 3 Laboratory Analysis Blanket Purchase Agreement, detailing a comprehensive list of laboratory testing services categorized into various analytical parameters. The categories include Waste Characterization and TCLP, TCLP/SPLP Group Parameters, Petroleum Hydrocarbons, Conventional/Wet Chemistry, Metals, Volatile Organic Parameters, Semivolatile Organic Compounds, Dioxin + PCB (TEFs), Pesticide and Polychlorinated Biphenyl Parameters, Herbicide Parameters, Biological Parameters, Bioassay Parameters, Air Parameters, Radionuclide Parameters, Various Analytical Suites, and Perfluorinated Compounds. Each service is listed with an Exhibit Line Item Number (ELIN) and a corresponding EPA or other recognized method. The document also includes a section for Sample Turn-Around Time Factors, indicating expedited pricing based on requested timelines. The template requires submission details such as date, company name, and address, and includes fields for estimated costs per sample for five years, indicating its use in a multi-year government contract for laboratory analysis services.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document used in federal government contracting for evaluating a contractor's past performance. It is designed to be completed by both the contractor and the client, covering essential details such as contractor information, contract specifics, and project descriptions. The questionnaire outlines detailed adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions to assess various aspects of performance. These aspects include quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. The form serves as a comprehensive tool for clients to provide feedback on a contractor's ability to meet contractual requirements, manage projects, and deliver satisfactory results, ultimately aiding NAVFAC in evaluating performance risk for future solicitations.
    This Performance Work Statement (PWS) outlines requirements for laboratory analytical services and sampling supplies for the Naval Facilities Engineering Systems Command Engineering and Expeditionary Warfare Center (EXWC). The contract, structured as a Blanket Purchase Agreement (BPA), covers chemical analysis, toxicity characteristic testing, and air testing for various environmental matrices from remediation sites, research projects, and hazardous waste cleanups. Key requirements include adherence to the DoD Quality Systems Manual (QSM), ISO/IEC 17025:2017, and accreditations such as DoD ELAP and NELAP. The contractor must provide legally defensible data, maintain strict quality control, manage personnel and subcontractors effectively, and ensure timely and accurate reporting. Performance standards emphasize timeliness, data quality, cost control for corrective actions, and continuous accreditation, with a focus on compliance with federal environmental regulations like CERCLA, RCRA, and CWA.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 qualified contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The procurement aims to provide an indefinite quantity of physical and chemical analysis services for soil, sediment, and water samples, which will support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will have a total master limit of $250,000, with individual BPA calls not exceeding $25,000, and the period of performance is set for 36 months from the date of award. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025; inquiries during the presolicitation phase will not be addressed.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is soliciting proposals for technical services related to its Research, Development, Testing, and Evaluation (RDT&E) program. The contractor will provide essential support focused on Navy-driven research needs concerning at-sea compliance and permitting, ensuring uninterrupted training and testing in accordance with relevant environmental laws and regulations. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and includes a base contract period of one year with four additional option years, with proposals due by January 6, 2026. Interested vendors should contact Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil for further details.
    Water Quality/Sediment Analysis IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V ENDIST ST PAUL office, is seeking proposals for a Water Quality/Sediment Analysis Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to engage qualified firms to provide testing laboratory services related to water quality and sediment analysis, as outlined in the attached Performance Work Statement. Such services are crucial for ensuring compliance with environmental regulations and maintaining the integrity of water resources. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Karl Just at karl.p.just@usace.army.mil or call 651-290-5768.
    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 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 at the facility. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) type, with a base period of 12 months starting on March 1, 2026, and four additional option periods. Interested small businesses 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.
    Water Sample Collection and Analysis Services - Amend 2
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses for 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 using EPA-approved methods to assess water quality and ensure compliance with relevant regulations, with a total contract value estimated at $19,000,000.00. This procurement is critical for maintaining water safety and quality standards, as it involves routine and emergency testing for contaminants such as PFAS, fecal coliform, and heavy metals. Interested parties must submit their quotes electronically by January 19, 2026, and can direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via the provided email addresses.
    Water Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide water testing services for the United States Marine Corps Base in Quantico, Virginia. The procurement involves comprehensive laboratory testing for potable water, sewage water, storm/industrial wastewater, and hazardous waste, ensuring compliance with various federal, state, and local regulations, including certifications from NELAC and VELAP. This contract, which spans a base period and four option periods totaling over five years, emphasizes the importance of timely and accurate reporting of results, with all work to be performed by Virginia State-certified laboratories. Interested small businesses are encouraged to respond to the Request for Information by January 9, 2026, at 10:00 a.m. Eastern time, and can contact Teri Bischof at teri.bischof@usmc.mil for further details.
    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 soliciting proposals for analytical services related to environmental sample analysis. This procurement aims to secure testing laboratories and services that will support environmental assessments and compliance efforts. The importance of these services lies in their role in ensuring environmental safety and regulatory adherence, which is critical for military operations and public health. Interested vendors should note that the proposal due date has been extended to January 22, 2026, and may contact John Scola at John.P.Scola@usace.army.mil or Briana Armstrong at briana.l.armstrong@usace.army.mil for further inquiries.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC code 6640 and NAICS code 334516. This procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. The goods and services are critical for supporting various defense-related laboratory operations, ensuring timely and efficient access to necessary equipment. Interested small businesses must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Rebecca Collins at rebecca.m.collins17.civ@us.navy.mil for further information.
    BPA Lab Services
    Dept Of Defense
    The Department of Defense, specifically the Ohio Army National Guard, is seeking a qualified vendor to provide laboratory services under a Blanket Purchase Agreement (BPA) for the processing of laboratory specimens to assist in determining Soldiers’ medical readiness status. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will cover a range of medical laboratory testing services, including routine and comprehensive tests, with a performance period extending from April 2026 to November 2031. Interested parties must submit their quotes by January 12, 2026, at 2:00 PM EST, and direct any questions to Contract Specialist Alan J. Cooper at alan.j.cooper8.civ@army.mil.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Environmental Protection Agency
    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.