Potable Water Testing - Chippewa National Forest
ID: 12444625Q0059Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 7Atlanta, GA, 303092449, 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 Agriculture, specifically the Forest Service, is soliciting proposals for potable water testing services at the Chippewa National Forest in Minnesota. The contract, designated as an indefinite-delivery/indefinite-quantity (IDIQ) agreement, requires the contractor to analyze approximately 220 monthly water samples for total Coliform bacteria from April to October, adhering to Minnesota State Department of Environmental Quality regulations. This testing is crucial for ensuring the safety and quality of drinking water in the forest area. Proposals are due by August 20, 2025, with questions accepted until August 13, 2025; interested parties should contact Scott Beeman at scott.beeman@usda.gov or 218-481-8981 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is soliciting proposals (RFP 12444625Q0059) for Potable Water Testing Services at the Chippewa National Forest. This indefinite-delivery/indefinite-quantity (IDIQ) contract, with a period of performance from September 1, 2025, to October 31, 2029, requires water sample TC/E.coli analysis, reporting, and delivery. Proposals must include a technical proposal (past performance, Minnesota Lab certification), a price proposal with a completed Schedule of Items, and contractor representations and certifications. Offers are due by August 20, 2025, 17:00 CD, and questions by August 13, 2025, 12:00 pm CD. The award will be based on technical capability, price, and past performance, with an emphasis on a total small business set-aside. Invoicing will be done electronically via the IPP system.
    The USDA Forest Service is soliciting proposals (RFP 12444625Q0059) for potable water testing services at the Chippewa National Forest. This indefinite-delivery/indefinite-quantity (IDIQ) contract, with a period of performance from September 1, 2025, to October 31, 2029, requires Minnesota Lab certification. The solicitation includes detailed clauses on commercial products and services, invoicing via the Invoice Processing Platform (IPP), and specific instructions for proposal submission. Proposals must include technical and price components, with evaluation based on technical capability, price, and past performance. Key clauses cover whistleblower rights, combating human trafficking, and prohibitions on certain telecommunications equipment. Questions are due by August 13, 2025, and offers by August 20, 2025.
    The Chippewa National Forest (CPF) seeks a contractor for water sample analysis, as they lack in-house capabilities. The contractor will analyze approximately 220 monthly water samples from April to October for total Coliform bacteria, adhering to Minnesota State Department of Environmental Quality (DEQ) regulations. Responsibilities include providing sealed sample bottles, sample delivery to a state-certified lab, conducting analysis, and submitting reports within 24 hours of completion. Immediate notification is required for positive TC+ or E.coli+ samples. The CPF will collect samples and follow contractor delivery instructions. The contractor must provide pre-paid return labels, ensure overnight delivery to the Walker Ranger District in Walker, MN, and offer logistical details for sample delivery and cooler/bottle returns. Invoicing will be monthly via IPP.gov.
    The Chippewa National Forest (CPF) seeks a contractor for water sample analysis services, as the CPF lacks in-house capabilities. The contractor will analyze approximately 220 monthly water samples from April to October, adhering to Minnesota State Department of Environmental Quality (DEQ) regulations. Services include providing sealed sample bottles, sample delivery to a state-certified lab, and analysis for total Coliform bacteria, primary, and secondary contaminants. The contractor must provide analysis reports within 24 hours and immediately notify the CPF of any positive Coliform or E.coli samples. The CPF staff will collect and transport samples. The contractor is responsible for all delivery logistics, including pre-paid labels and overnight service availability, with designated drop-off locations. Invoicing will occur monthly via IPP.gov.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide 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 from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    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 System Upgrades Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Water System Upgrades project at the Santa Fe National Forest in New Mexico. This procurement involves the replacement of three drinking water systems located at Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, which are critical for supporting high-use recreational areas and administrative functions. The project includes extensive demolition and construction tasks, such as installing new water lines, pump houses, and associated infrastructure, with a firm-fixed-price contract valued between $500,000 and $1,000,000. Interested parties must attend a mandatory site visit on December 2, 2025, at 11:00 AM and submit their proposals by December 9, 2025, at 3:30 PM PST; for further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    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.
    Chelated Copper Algaecide
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking sources for the procurement of Chelated Copper Algaecide (Bulk Liquid) for the Washington Aqueduct. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that complies with ANSI/AWWA Standard B602 and is certified to meet NSF/ANSI Standard 60, with a five-year ordering period anticipated. Chelated Copper Algaecide is crucial for water treatment processes, ensuring the maintenance of water quality and safety. Interested vendors can reach out to Brandi Dupree at brandi.a.dupree@usace.army.mil or call 410-962-0017 for further details regarding this opportunity.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    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.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.