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, specifically the Naval Information Warfare Center (NIWC) Pacific, is seeking 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 groundwater impacted by Per- and polyfluoroalkyl substances (PFAS), with a focus on comprehensive analysis of all 40 PFAS compounds. This project is critical for environmental safety and compliance, and the contract will span a base period from January 5, 2026, to June 30, 2026, with an option for an additional year. Interested vendors must submit their quotes by December 12, 2025, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil.
    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.
    Analytical Services in Poland
    Buyer not available
    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.
    JBSA Hazardous Material Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to conduct a Hazardous Material Survey at Joint Base San Antonio (JBSA) in Texas. The procurement involves providing management, tools, supplies, equipment, and labor for both non-destructive and destructive testing of hazardous materials, including lead, asbestos, Polychlorinated-Biphenyls (PCB), mercury, and mold, across eleven geographically separated units. This initiative is crucial for ensuring compliance with environmental regulations and supporting building renovation and repair projects, with an estimated workload of inspecting 60 buildings for various hazardous materials. Interested small business offerors are encouraged to submit their responses by December 15, 2025, at 10:00 AM Central Time, and should direct inquiries to A1C Tristan Torres at tristan.torres@us.af.mil or Mr. Bismark Badu at bismark.badu.3@us.af.mil.
    Legionella Water Testing (Boise VAMC)
    Buyer not available
    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.
    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.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services at Scott Air Force Base in Illinois. The procurement involves comprehensive services including labor, tools, chemicals, and equipment necessary for monitoring, sampling, and treating water in 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities, with a contract period extending from the date of award until September 30, 2030, including a base year and four one-year options. This contract is crucial for maintaining the operational efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested parties must submit their quotes by December 11, 2025, at 9:00 AM CST, and are encouraged to contact Jin Chung or Nicholas Weiss for further inquiries.
    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.