B--WATER AND SOIL TESTING SERVICES
ID: 140R4025Q0074Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, 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 Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for Water and Soil Testing Services, specifically for its Western Colorado Area Offices in Grand Junction and Durango. The contract aims to ensure compliance with state and federal regulations by conducting approximately 5,500 tests on various water and soil constituents, with results required within 30 days of sample collection. This initiative is crucial for maintaining environmental integrity and public health through rigorous monitoring of water quality. Interested small businesses must submit their quotations by August 6, 2025, and can contact Dwane Esplin at desplin@usbr.gov or 801-524-3743 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation has issued a Request for Quotation (RFQ) for Water and Soil Testing Services, designated as RFQ 140R4025Q0074. This solicitation is a combined synopsis/solicitation for commercial items following the FAR guidelines and is set aside for small businesses, with a NAICS code of 541380. The contract spans five years, including a base year and four optional years, plus a six-month extension. Quotations must be submitted via email by August 6, 2025, with all necessary documentation, including a complete price schedule and past performance references. The evaluation will factor in technical capability, price, and past performance. The document also outlines various compliance and security requirements for contractors, including adherence to federal regulations related to sensitive information handling, employee qualifications, and invoicing procedures through the U.S. Department of the Treasury's Invoice Processing Platform. Overall, this RFQ underscores the government's commitment to ensuring quality environmental testing services while promoting small business participation.
    The Bureau of Reclamation is seeking information for potential water and soil testing services through a Sources Sought Notice. This notice helps assess market availability and the possibility of a Small Business Set-Aside. Interested businesses, including those from various socioeconomic contracting programs, are asked to submit their capabilities and identify their small business status concerning the relevant NAICS code (541380 – Testing Laboratories). The contractor will analyze water and soil samples from multiple sites in Colorado and New Mexico, providing electronic reports that detail test results, methods, and pertinent dates. Responding companies should include their information and capabilities in a two-page package submitted via email by the deadline of July 15, 2025. This opportunity reflects the government's commitment to engage qualified partners for environmental monitoring tasks, while all submissions will be considered government property. The notice emphasizes the voluntary nature of responses and urges potential offerors to register with the System for Award Management (SAM) for eligibility.
    The document outlines the requirements for water and soil testing, as part of a federal request for proposals (RFP) related to environmental monitoring and compliance. It details a comprehensive list of substances to be analyzed, including regulated primary contaminants and unregulated constituents as defined by the USEPA. The table includes specifications such as analytical methods, minimum detection limits (MDLs), and the unit costs associated with each analysis. Notable parameters for water testing include pH, nitrogen levels, various metals, and biological contaminants like Total Coliforms, while soil testing evaluates similar contaminants. The documentation serves as a proposal for the Bureau of Reclamation's Western Colorado Area Office for the fiscal year 2026, emphasizing compliance with environmental standards and safety measures. The goal is to ensure the long-term protection of public health and environmental integrity in water and soil quality.
    The U.S. Department of the Interior's Bureau of Reclamation seeks proposals for water and soil testing services for its Western Colorado Area Offices in Grand Junction and Durango. The contract's primary purpose is to ensure compliance with state and federal regulations by providing thorough analysis of collected samples from various water bodies. A certified contractor will conduct approximately 5,500 tests for various constituents, submit results within 30 days, and provide detailed final reports including testing methods and data on analytical results. The contract spans a base year from October 1, 2025, to September 30, 2026, with four optional extensions. The contractor must fulfill strict certification requirements and maintain quality assurance throughout the testing process, with provisions for audits and reporting of any deviations. This initiative underlines the government's commitment to effective environmental management and regulatory compliance in water quality monitoring.
    The document outlines Wage Determination No. 2015-5435 from the U.S. Department of Labor concerning minimum wage and employment standards under the Service Contract Act for contracts in certain Colorado counties. The key focus is on wage rates mandated by Executive Orders 14026 and 13658, effective depending on contract dates. It specifies wage rates for various job classifications, highlighting both hourly pay and fringe benefits. Contractors are required to ensure compliance, including annual adjustments for minimum wage and additional provisions for paid sick leave under Executive Order 13706. Further, it details a conformance process for job classifications not listed, ensuring equitable wage rates based on skill levels. Overall, this determination is pivotal for contractors engaged with the federal government, emphasizing fair compensation and worker protections in public service contracts.
    The document outlines Wage Determination No. 2015-5445 under the Service Contract Act, detailing the minimum wage rates and fringe benefits required for federal contracts in San Juan County, New Mexico. It establishes that contracts entered into on or after January 30, 2022, must adhere to a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour if not extended post-January 30, 2022. The document lists various job titles, their occupational codes, and corresponding hourly wage rates, along with additional details on benefits like health and welfare payments, paid sick leave, vacation, and holidays. The summary of job classifications reveals a comprehensive range of positions from administrative support to technical occupations. It emphasizes requirements under Executive Orders for worker protection and specifies additional classifications and wage rates through a conformance process. The information is crucial for contractors ensuring compliance with federal wage standards, reflecting a commitment to fair labor practices in government-funded projects.
    The document outlines a Request for Proposal (RFP) for water and soil testing services, specifying methodologies for analyzing radionuclides and orthophosphate levels. The RFP requests that radionuclides be analyzed as total, rather than dissolved, ensuring comprehensive testing for potential contaminants. Similarly, orthophosphate measurements are to be conducted as total analysis to provide a complete overview of phosphorus levels in the tested samples. This request emphasizes the importance of thorough analytical approaches in environmental monitoring, aiming to ensure accurate assessments of water and soil quality. The outlined analyses reflect the government's commitment to regulatory compliance and public health, underscoring the need for detailed and precise environmental testing protocols.
    This document is an amendment to solicitation number 140R4025Q0074 issued by the Bureau of Reclamation, Upper Colorado Region, modifying the details regarding the submission of offers. It outlines procedures for acknowledging the amendment receipt, stating that failure to do so by the specified deadline may result in offer rejection. The document provides a checklist for contractors on how to submit changes to their offers and clarifies the importance of referencing the solicitation and amendment numbers. It further indicates that no changes have been made to the solicitation closing date and presents a series of Questions and Answers pertinent to the amendment. The amendment maintains all other terms and conditions of the original solicitation, reinforcing the ongoing commitment to transparency and communication within federal contracting processes. Overall, the document serves to ensure that all bidders are equally informed and understand the requirements for compliance with the updated solicitation terms.
    The document outlines an amendment regarding a solicitation (140R4025Q0074) associated with the Bureau of Reclamation's Regional Office in Salt Lake City, UT. The primary purpose is to communicate modifications to the existing solicitation, including the provision of Questions and Answers (specifically items 9 and 10) while confirming that the solicitation closing date remains unchanged. The amendment specifies that acknowledgment of receipt must be received by the designated location before the specified time, or the offer may be rejected. Changes to previously submitted offers can be made through a letter or electronic communication, referencing the solicitation and amendment numbers. The document emphasizes that, with the exception of the changes mentioned, all terms and conditions of the solicitation remain intact. This amendment facilitates compliance with procurement regulations and ensures clear communication with contractors involved in federal contracting processes. Overall, it reinforces the importance of adhering to timelines and proper acknowledgment in government procurement.
    The RFP 140R4025Q0074 seeks proposals for Water and Soil Testing Services, emphasizing that laboratories must hold valid certifications from Colorado (CO) and New Mexico (NM) for testing raw water samples from state sources, excluding drinking water samples. The contract does not cover testing for "Regulated Primary Contaminants" in drinking water. Impromptu testing will be conducted as necessary, with sample bottles required to be delivered within 24 hours of request. Coliform samples will be collected from both CO and NM sites. Sample submission may occur in batches, but the collection frequency is unpredictable. Partial bids are not permitted, and substitution of testing methods by laboratories is prohibited. The document outlines stringent requirements for laboratory qualifications and procedures necessary to meet governmental testing standards, underscoring the importance of consistency and compliance in environmental testing services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    Class B Water Testing Solicitation
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Institution (FCI) Pekin, Illinois, is soliciting quotes for Class B Water Testing Services under solicitation number 15B41126Q00000003. The contractor will be responsible for collecting water samples, conducting IEPA Bac-T testing, completing necessary paperwork, and submitting results to the Illinois Environmental Protection Agency (IEPA) in compliance with state regulations. This procurement is critical for ensuring water quality and safety within the institution, with the contract structured as an indefinite delivery/requirements type, including a base year and up to four optional years, plus a potential six-month extension. Interested small businesses must submit their quotes electronically to Hans Frei at hfrei@bop.gov by December 19, 2025, at 4:00 PM CST, and must possess a valid IEPA Class B Water Operator’s License to be considered for the award.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    UNIVERSAL DAQ SYSTEM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.
    NREL MMW RO-DI System, Request A and Request B
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking bids for the procurement of a Reverse Osmosis and Deionization (RO-DI) water purification system as part of the Multimegawatt (MMW) Electrolysis project at its Flatirons Campus in Arvada, Colorado. The project includes two requests: Request A for the RO-DI system and Request B for the optional containerization of the system, with the RO-DI system required to support up to 10 MW of electrolysis capability and provide clean water for electrolyzers over the next 15 years. This procurement is critical for the production of clean hydrogen and involves specific technical requirements, including water quality standards and compatibility with various water sources. Interested offerors must submit their quotes by December 8, 2025, at 5 PM MST, and can direct inquiries to Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    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.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    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.