Water Systems Testing for the White Mountain National Forest
ID: 12444326Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPARTMENT OF AGRICULTUREFOREST SERVICEWHITE MOUNTAIN NATIONAL FORESTCAMPTON, NH, 03223, 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 U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide water systems testing services for the White Mountain National Forest in New Hampshire. This procurement involves conducting laboratory tests on drinking water samples and monitoring well samples, as mandated by the New Hampshire Department of Environmental Services, to ensure compliance with safety standards for various contaminants. The selected contractor will be responsible for testing at multiple sites, including the WMNF Administrative Complex and several monitoring wells, with a contract duration of one base year and an option for an additional year. Interested vendors must submit their proposals, including technical and price components, by the specified deadlines, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service has issued Solicitation Number 12444326Q0002, an RFQ for WMF Drinking Water Testing, a total small business set-aside. This acquisition is for commercial items in accordance with FAR Part 12, under NAICS code 541380. Offerors must have current SAM registration and acknowledge amendment 0001. Proposals must include a technical proposal addressing past performance and key personnel qualifications, and a price proposal. The government will award a firm-fixed price contract (base plus one option year) based on best value, considering price and technical factors. Questions are due by January 14, 2026. The solicitation incorporates various FAR and AGAR clauses, including anti-discrimination and DEI compliance, and outlines protest procedures through the USDA Ombudsman Program.
    This government file outlines a Request for Proposal (RFP) for water systems testing at various locations within the USDA White Mountain National Forest, including drinking water and monitoring wells. The base year, from the date of award to December 14, 2026, details testing requirements for WMNF Administrative Complex, Androscoggin Ranger Station, Lincoln Woods, Crocker Pond, and Dolly Copp Picnic Area for contaminants like Total Coliform, Nitrate, Lead, Copper, Manganese, Nitrite, Primary and Secondary Contaminants. Additionally, it specifies testing for Albany Landfill and East Central Lagoon monitoring wells, covering Arsenic, Iron, Manganese, TKN, Sulfate, Nitrate, Chloride, pH, Specific Conductance, Static Water Elevation, and Escherichia coli. An option year (December 15, 2026 – December 14, 2027) extends some of these testing services, with particular attention to Lincoln Woods. Vendors are required to provide their name, SAM.GOV UEI, signature, and date of signature; failure to do so may result in proposal rejection.
    The U.S. Forest Service (FS) is seeking bids for water testing services for its Public Drinking Water Systems and Groundwater Discharge Permits within the White Mountain National Forest, as required by the New Hampshire Department of Environmental Services (NHDES). The contractor will conduct laboratory tests on drinking water samples collected by FS personnel and collect all monitoring well samples for Groundwater Discharge Permits. The selected laboratory must be accredited by the New Hampshire Environmental Laboratory Accreditation Program. The scope of work includes testing for various contaminant categories, such as microbiological, radiological, inorganics, organics, lead and copper, and groundwater monitoring. The contractor must provide all necessary equipment, supplies, and shipping materials, and will be responsible for submitting all monitoring results to NHDES. The project locations include several sites in New Hampshire and one in Maine, with specific testing schedules and contaminants outlined for a base year and an option year.
    This government file is a wage determination (No. 2015-4021, Revision No. 33, dated 12/03/2025) issued by the U.S. Department of Labor, Wage and Hour Division. It outlines the prevailing wages and fringe benefits for various service occupations in specific cities and towns within Carroll, Coos, and Grafton Counties in New Hampshire. The document details hourly rates for administrative, automotive, food service, maintenance, health, information technology, instructional, and other support occupations. It also includes information on required fringe benefits such as health and welfare, vacation, and holidays. Special provisions for computer employees, air traffic controllers, and weather observers, including night and Sunday pay, are noted. Hazardous pay differentials and uniform allowances are also specified. The file concludes with a conformance process for unlisted job classifications, emphasizing the use of the “Service Contract Act Directory of Occupations” for proper classification.
    This government file, Wage Determination No.: 2015-6075, Revision No.: 2, outlines prevailing wages and fringe benefits for service contract employees in Grafton County, New Hampshire. It specifies hourly rates for numerous occupations across various fields, including administrative, automotive, food service, health, information technology, and maintenance. The document details fringe benefits such as health and welfare, vacation, and holidays. It also addresses Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage, respectively. Additionally, it provides guidelines for hazardous pay differentials, uniform allowances, and the process for conforming unlisted occupations and their corresponding wage rates using Standard Form 1444.
    The document outlines two forms for government solicitations: the Past Performance & Experience Form and the Personnel Form. The Past Performance & Experience Form requires offerors to list projects completed within the last five years that are similar to the solicited requirements. This includes the project's title, location, completion year, owner, and a point of contact, along with a brief description detailing the scope, size, cost, principal elements, special features, and whether the offeror was the prime or a subcontractor. The Personnel Form requests information on personnel assigned to the project, including their name, position, years of experience, and a background/experience/skills summary. Both forms are designed to assess an offeror's qualifications and capacity to perform the contract by providing a structured overview of their relevant past work and the expertise of their proposed team.
    This amendment (12444326Q0002) is issued by USDA-FS CSA EAST 5, located in Atlanta, GA, and pertains to the solicitation for "WMF Drinking Water Testing base and one option year." The primary purpose of this amendment (0001) is to re-solicit this requirement on SAM.GOV. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies of the amendment, acknowledging receipt on each offer submitted, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may lead to the rejection of the offer. This document emphasizes that all other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...