Water Quality Analytical Services
ID: W912DW25Q13QBType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking to award a sole-source contract for Water Quality Analytical Services to the Institute for Environmental Health (IEH) located in Seattle, Washington. The contract aims to ensure that nutrient data from water samples meet strict reporting limits and comply with EPA holding times, which is critical for long-term comparison studies required by the project. The IEH laboratory has a proven track record of analyzing nutrient data for the Seattle District since 2006 and for the Kootenai Tribe since the early 2000s, making it uniquely qualified for this task. Interested firms that believe they can meet the requirements are encouraged to submit supporting documentation to the primary contact, Tyler Luke, at tyler.j.luke@usace.army.mil, as this procurement will follow FAR Part 12 and FAR Part 13 procedures.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Amendment 0003 to Architect-Engineer (A-E) Services for Hazardous, Toxic, Radioactive Waste (HTRW) Support, Seattle District (NWS)
Buyer not available
The Department of Defense, specifically the Department of the Army through the Seattle District (NWS), is seeking qualified architect-engineer firms to provide Hazardous, Toxic, and Radioactive Waste (HTRW) support services. This procurement aims to address the need for comprehensive engineering services related to HTRW management, ensuring compliance with environmental regulations and safety standards. The selected firm will play a crucial role in the assessment, design, and implementation of solutions for hazardous waste issues, which are vital for maintaining public health and environmental integrity. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or 425-923-8716, or Curt Stepp at curt.stepp@usace.army.mil or 206-764-6805 for further information regarding this opportunity.
Beach Water Sampling, Hop Brook Lake, Middlebury, CT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for swimming beach water quality testing at Hop Brook Lake in Middlebury, CT. The project requires contractors to provide all necessary labor, equipment, and materials for weekly sampling of beach water, specifically testing for E. coli and cyanobacteria, including cyanotoxins Microcystins-LR and Anatoxin-a, with strict adherence to safety and health regulations. This procurement is set aside for small businesses under NAICS code 541380, with a performance period extending through April 30, 2026, and the possibility of two option years. Interested vendors must have an active registration in SAM.gov and submit their proposals by April 24, 2025, at 2:00 PM Eastern Time; inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
Environmental Restoration Architect Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. This procurement aims to address environmental projects primarily in Washington and Alaska, with potential work extending to Oregon, Idaho, Montana, and Wyoming, emphasizing the importance of compliance with federal regulations and effective environmental management. The contract, valued at up to $45 million over a maximum duration of 66 months, requires firms to demonstrate specialized experience, professional qualifications, and strong past performance, with submissions due by April 28, 2025. Interested parties can contact Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil or Kimberly Gillette at kimberly.a.gillette4.civ@us.navy.mil for further information.
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.
KAFB Water Sampling & Analysis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking small business vendors capable of providing laboratory services for water sampling and analysis at Kirtland Air Force Base in New Mexico. The contractor will be responsible for all aspects of laboratory analysis, including the provision of materials, equipment, and compliance with strict quality control standards as mandated by the Safe Drinking Water Act and relevant EPA regulations. This procurement is crucial for ensuring public health and environmental protection through rigorous water monitoring procedures, with results needing to be reported electronically within 30 days. Interested parties must submit a Statement of Capabilities by May 6, 2025, to Sarah George at sarah.george.2@us.af.mil and Winter Silva at winter.silva.1@us.af.mil, with a focus on demonstrating their ability to meet the requirements outlined in the attached Performance Work Statement.
Environmental Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Services. The procurement aims to provide a comprehensive range of environmental consulting services, including compliance with federal environmental regulations, restoration, conservation, and pollution prevention, primarily in North Carolina and Virginia, with potential work extending to other southeastern states. This contract, which includes a base year and four option years, is crucial for ensuring environmental compliance and management for various projects undertaken by the Corps and its customers. Interested firms must respond by May 2, 2025, with their qualifications and capabilities to the designated contacts, Diana Curl and Rosalind M. Shoemaker, via email, and must be registered in the System for Award Management (SAM) to be eligible for award.
Northwestern Division Regional $245 million Pre-placed Remedial Action Contract Indefinite Delivery / Indefinite Quantity Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is announcing a presolicitation for a $245 million Pre-placed Remedial Action Contract, which will be structured as an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to secure remediation services under the NAICS code 562910, focusing on environmental systems protection and environmental remediation. The contract is particularly significant for addressing environmental concerns and ensuring compliance with federal regulations. Interested parties, especially those eligible under the 8(a) set-aside program, are encouraged to reach out to Shawna West at shawna.m.west2@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further details, as outlined in the attached pre-solicitation notice.
W912BV24R0003
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a $5 million Single Award Task Order Contract (SATOC) for architect-engineering services focused on hydrologic and hydraulic engineering, modeling, and updates to water control manuals. This contract is crucial for supporting the Tulsa District's civil works missions, ensuring compliance with environmental regulations, and managing flood risks effectively. The necessity for these services is heightened by the potential risks to public safety and infrastructure integrity, particularly as only two firms were found to be highly qualified after market research indicated insufficient responses from a previous small business set-aside solicitation. Interested parties can reach out to Tyler Godwin at tyler.l.godwin@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil for further information.
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.