KAFB Water Sampling & Analysis
ID: FA940125R0004_2Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, 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 Department of the Air Force, is seeking qualified sources for water sampling and analysis services at Kirtland Air Force Base in New Mexico. The contractor will be responsible for providing comprehensive laboratory services, including the transportation, analysis, and reporting of water samples in compliance with the Safe Drinking Water Act (SDWA) and relevant state and federal regulations. This initiative is crucial for ensuring safe drinking water and maintaining environmental standards, with the anticipated contract being a Firm-Fixed-Price agreement under NAICS code 541380, with a size standard of $19 million. Interested small businesses must submit a Statement of Capabilities by August 12, 2025, to both Claudia Perry and Stacey Lee via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Kirtland Air Force Base (AFB) Bioenvironmental Engineering Flight (BEF) requires a local, certified laboratory for Safe Drinking Water Act (SDWA) compliance sampling and analysis, as outlined in this Performance Work Statement. The contractor must provide comprehensive laboratory services, including transportation, analysis, and reporting of water samples in accordance with EPA and New Mexico environmental regulations (SDWA, NMAC 20.7.10, 40 CFR 141 & 142). Key responsibilities include microbiological, chemical, and radiological analyses, uploading results to the Safe Drinking Water Information System (SDWIS) within 30 days, and immediate reporting of abnormal results (e.g., MCL violations). The laboratory must maintain proper chain-of-custody, adhere to strict QA/QC programs, and be available for sample pickups and urgent analyses, even on weekends. Personnel must be adequately trained and undergo Operations Security (OPSEC) awareness training. The contractor may use sub-contractors, but remains responsible for meeting all contract terms, including those related to Unregulated Contaminant Monitoring Rule 5 (UCMR 5). Deliverables must be total, complete, and submitted concurrently to all designated recipients and the NMED-DWB.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    Cross Connection Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    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.
    Water Purifcation Services
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for water purification services, specifically for the maintenance and operation of water purification systems at their facility in Washington, D.C. The procurement includes a range of items such as filters, UV lamps, and components necessary for a Preventive Maintenance Agreement, which outlines service visits for replacing consumables, inspecting systems, and ensuring optimal operation of the water purification systems. This opportunity is critical for maintaining the functionality and reliability of essential water treatment systems used in various research applications. Interested small businesses must submit their technical and price quotes via email to Elizabeth Harley at elizabeth.c.harley.civ@us.navy.mil, with the submission deadline specified in the solicitation.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
    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 potential vendors for Bottled Water Supply Services. The procurement aims to identify sources capable of delivering Natural Spring Water in various container sizes, including 5-gallon, 1-gallon, and 0.5-liter bottles, all of which must be BPA-free and meet specific safety and compatibility standards for water cooler dispensing units. This service is crucial for supporting multiple locations within APG, including APG North, APG South (Edgewood Area), and the Adelphi Laboratory Center in Maryland. 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.
    Conchas Waste Management & Disposal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for waste management and disposal services at the Conchas Dam Project in New Mexico. The contract, designated as a total small business set-aside, requires the contractor to provide all necessary personnel, equipment, and supplies to manage waste collection and disposal for government facilities within the project boundaries, adhering to specified schedules for both recreation and off-season periods. This procurement is crucial for maintaining environmental standards and operational efficiency at the site, with a firm, fixed-price service contract expected to cover a base year from January 1, 2026, to December 31, 2026, and four additional option years through 2030. Interested parties should contact Glenda Kohlieber at Glenda.D.Kohlieber@usace.army.mil or call 575-479-6095 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.