WATER AND SOIL LABORATORY TESTING
ID: 140L2625Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 5:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking qualified small businesses to provide laboratory testing services for water and soil samples in the Boise District. The procurement involves a Request for Quotation (RFQ) for analyses of drinking water and soil contaminants, including substances such as nitrate, nitrite, mercury, and arsenic, with strict adherence to sampling protocols and compliance with state regulations. This initiative underscores the government's commitment to environmental safety through regulated testing programs. Proposals must be submitted by April 11, 2025, and interested parties can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further details.

Point(s) of Contact
Parsons, Thomas
(208) 373-3911
(208) 373-3915
tparsons@blm.gov
Files
Title
Posted
Mar 28, 2025, 2:04 PM UTC
The document is a federal wage determination issued by the U.S. Department of Labor under the Service Contract Act (SCA), specifically detailing wage rates and fringe benefits for service contracts in specified Idaho counties. It establishes minimum wage requirements tied to Executive Orders 14026 and 13658, indicating that contractors must pay at least $17.75 per hour or $13.30 per hour based on contract initiation dates. The wage determination provides a comprehensive list of occupations, corresponding wage rates, and details mandatory fringe benefits such as health and welfare, vacation, and holidays. Key points include the distinction between higher and lower wage rates based on contract terms, with an emphasis on annual adjustments per Executive Orders. Additionally, it outlines requirements for paid sick leave under Executive Order 13706 and considerations for uniform allowances. The document also details a conformance process for new classifications and wage rates for unlisted occupations, underscoring its role in ensuring fair labor practices in federal contracting. It serves as a guideline for contractors to adhere to labor standards while engaging in federal contracts involving service work.
Mar 28, 2025, 2:04 PM UTC
The document outlines a Request for Quotation (RFQ) for laboratory testing services for the Bureau of Land Management (BLM) Boise District, specifically focusing on water and soil sample analysis. The solicitation, under number 140L2625Q0025, requires small business participation and specifies that bids must be submitted by April 11, 2025. The testing services include analyses for drinking water (nitrate, nitrite, total coliform) and soil contaminants (mercury, lead, arsenic, cadmium), with contractors required to maintain proper sampling protocols and chain of custody for compliance with state regulations. The awarded contract will be a Blanket Purchase Agreement (BPA) for five years, with clear guidelines on billing, sample collection, and technology standards. Proposals must demonstrate technical capability and include a complete bid schedule. Compliance with federal acquisition regulations and certification requirements is noted for bidders, including tax identification and legal compliance for small business status. This solicitation is indicative of government efforts to ensure environmental safety through regulated testing programs.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
B--NWOD WATER AND WASTEWATER
Buyer not available
The Department of the Interior's Bureau of Land Management (BLM) is seeking proposals for a firm-fixed-price contract related to water testing and wastewater treatment services at the Shotgun Creek Recreation Site in Oregon. The procurement aims to ensure the operation and maintenance of a small sewage treatment facility that utilizes recycled water for irrigation, alongside comprehensive potable water testing at 16 designated locations in Northwest Oregon. This initiative is critical for maintaining environmental standards and public health safety, as it involves compliance with state regulations and the implementation of a Recycled Water Use Plan that emphasizes sustainable waste management practices. Interested parties can contact Kevin Cochran at kjcochran@blm.gov or (503) 808-6739 for further details, with proposals due in accordance with the specified solicitation timeline.
MACROINVERTEBRATE SAMPLE PROCESSING
Buyer not available
The Bureau of Land Management (BLM), Montana State Office, is seeking quotations for macroinvertebrate sample processing services under solicitation number 140L3625Q0035. The primary objective of this procurement is to process and analyze macroinvertebrate samples to assess ecological conditions in support of bull trout conservation efforts in the Blackfoot River basin. This initiative is crucial for gathering reliable ecological data that informs environmental stewardship and regulatory compliance. Interested small businesses must submit their complete quote packages by April 21, 2025, and ensure registration in the System for Award Management (SAM). For further inquiries, contact Chad Clapp at cclapp@blm.gov.
BDO BLM JUMP DRILL SEEDING FY25
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals from qualified small businesses for the BDO BLM FY25 Jump Drill Seeding project in Idaho, scheduled to take place from September 15 to October 24, 2025. The project involves drill seeding approximately 3,915 acres in Owyhee County using government-provided rangeland drills and seed, with a focus on restoring land affected by fire while adhering to environmental and safety standards. This initiative is critical for ecological restoration and sustainable land management practices, emphasizing the importance of technical capability and prior experience in the evaluation of proposals. Interested vendors must submit their proposals by April 23, 2025, and can contact Thomas Parsons at tparsons@blm.gov or 208-373-3911 for further information.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
B--BGNDRF PFAS ANALYSES
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking contractors for the analysis of per- and polyfluoroalkyl substances (PFAS) as part of a combined synopsis/solicitation. The primary objective is to conduct comprehensive PFAS analyses in water and solid samples to support pilot-scale water treatment technologies and ensure compliance with New Mexico Environment Department (NMED) reporting requirements. This contract, which spans five years with options for extensions, emphasizes timely reporting of results and adherence to federal and state environmental standards. Interested contractors must submit their proposals, including technical capability statements and pricing, by April 23, 2025, and can direct inquiries to Tina Villegas at tvillegas@usbr.gov or by phone at 505-462-3602.
Y--NIFC CMPS FIRE HYDRANT REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting quotations for the repair of fire hydrants at the National Interagency Fire Center (NIFC) campus in Boise, Idaho. The project involves the removal and replacement of a defective fire hydrant, requiring compliance with federal regulations, safety protocols, and local standards, with a completion deadline set for October 31, 2025. This initiative is crucial for maintaining fire safety infrastructure, ensuring operational readiness for emergency response, and adhering to public safety standards. Interested small businesses must submit their quotations electronically and register in the System for Award Management (SAM), with a site visit scheduled for April 17, 2025, and a revised question submission deadline of April 29, 2025, at 10 AM MT. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
Y--SALMON CREW QUARTERS CONSTRUCTION
Buyer not available
The Bureau of Land Management (BLM) is seeking a Design Build Contractor (DBC) for the construction of Crew Quarters in Salmon, Idaho, under Solicitation Number 140L0625R0009. The project aims to develop a fully functional facility on federal land, requiring comprehensive coordination with utility providers, with an estimated cost ranging from $1,000,000 to $5,000,000 and a construction duration of two years following the notice to proceed. This initiative is crucial for enhancing workforce support infrastructure in the region. The Request for Proposals (RFP) is expected to be issued in April 2025, with proposals due approximately 30 days later; interested small businesses must have a Unique Entity ID and an active System for Award Management profile. For further inquiries, contact Kassandra Hicks at khicks@blm.gov or call 918-679-4674.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
Groundwater Sampling and Geochemical Testing
Buyer not available
The Department of Energy, through Mission Support and Test Services, LLC, is seeking proposals for groundwater sampling and geochemical testing services at the Rock Valley Direct Comparison Testbed site in Nevada. The selected subcontractor will be responsible for conducting groundwater sampling at depths of up to approximately 7,000 feet and performing geochemical analyses on the collected samples, adhering to strict safety and environmental standards. This procurement is crucial for ongoing environmental assessments related to groundwater management and supports the Defense Nuclear Nonproliferation Program. Proposals are due by April 24, 2025, at 12:00 PM PST, and interested parties should direct inquiries to Calvin Callahan at callahcd@nv.doe.gov.