RFQ No. N66001-26-Q-6020 Water Testing Services
ID: N6600126Q6020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Testing Laboratories and Services (541380)

PSC

NATURAL RESOURCES AND ENVIRONMENT R&D SERVICES; WATER RESOURCES; APPLIED RESEARCH (AH12)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for analytical chemistry services to verify sorbent performance in treating Per- and polyfluoroalkyl substances (PFAS)-impacted groundwater. The project, part of the Environmental Security Technology Certification Program (ESTCP), spans two years with an option for an additional year. The contractor will perform analyses using EPA 1633, SM 5310C, EPA 160.1, and EPA 300.1 methods, requiring DoD ELAP certification. Services include providing sampling containers, performing chemical analysis on approximately 108 PFAS water samples, 12 Total Organic Carbon samples, 12 Total Dissolved Solids samples, and 12 Anion samples per period. The contractor must meet strict QA/QC requirements, provide electronic summary reports and data deliverables within five weeks of sample delivery, and have a plan for timely analyses in case of equipment failure. The contractor laboratory must be DoD-certified for PFAS analyses (Method 1633A) and accredited for all other methods, with proven experience in environmental chemistry and chain-of-custody procedures.
    This government file outlines regulations regarding the use and provision of covered telecommunications and video surveillance equipment and services in federal contracts, primarily driven by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It prohibits executive agencies from procuring or using systems that contain covered telecommunications equipment as a substantial or essential component or critical technology. Offerors must represent whether they provide or use such equipment/services and, if so, provide detailed disclosures including the entity, description, and proposed use of the equipment/services. The document also references similar provisions for covered defense telecommunications equipment and services, emphasizing the need for offerors to check the System for Award Management (SAM) for excluded parties.
    RFQ No. N66001-26-Q-6020 is a combined synopsis/solicitation for commercial products and services, issued on December 3, 2025. The government seeks services as per the Statement of Work (Attachment 1), focusing on a Firm-Fixed-Price contract. The NAICS code is 541380 for Testing Laboratories, with a $19.0 million small business size standard, under full and open competition. The acquisition includes a base period (January 5, 2026, to June 30, 2026) and an option period (July 1, 2026, to June 30, 2027), with performance at the contractor’s facility. Quotes must address general information, technical acceptability, sustainable acquisition details, pricing (including FOB Destination shipping), commercial warranty, and specific FAR/DFARS representations. Evaluation factors are technical acceptability, price, and past performance. Questions are due by December 10, 2025, at 12:30 PM PT, and quotes by December 12, 2025, at 2:00 PM PT, submitted via the PIEE website. The point of contact is Joshua Joiner.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Total Assurance Plan
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to procure maintenance and service for Waters Technology Corporation instrumentation at the Naval Fuels & Lubricants Chemistry Laboratory located in Patuxent River, Maryland. This procurement, identified as solicitation N0042126Q1028, is valued at approximately $94,758.08 and is intended to be awarded on a sole source basis to Waters Corporation, emphasizing the importance of their specialized equipment in supporting the laboratory's operations. Interested vendors must submit their capabilities and quotes by December 10, 2025, at 12:00 PM EST, with all submissions directed to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    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.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    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.
    W9123726QA006 Water Quality Analysis and Testing
    Buyer not available
    The Department of Defense, specifically the Huntington District of the U.S. Army Corps of Engineers, is seeking to procure an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Water Quality Analysis and Testing services. This contract will cover a base period of one year, with the possibility of four additional one-year option periods, commencing from the date of award and extending through September 30, 2030. The services are crucial for ensuring compliance with water quality standards and supporting environmental assessments within the district's jurisdiction. Interested vendors can reach out to Bret Foley at bret.r.foley@usace.army.mil or Philip Davis at philip.s.davis@usace.army.mil for further information regarding the solicitation.
    Water Treatment Purification Maintenance
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for a comprehensive maintenance agreement for water treatment purification systems located in Washington, D.C. The procurement includes a total small business set-aside for facilities support services, specifically targeting a preventive maintenance agreement that encompasses monthly, quarterly, semi-annual, and annual service visits for various water purification components, with a total firm fixed price of $38,988.00 for a 12-month period. Interested vendors must provide brand name or equivalent items, ensure compliance with OEM warranty requirements, and submit their technical and price quotes via email to the designated contact, Elizabeth Harley, by the specified deadline. The estimated delivery time and additional service rates outside normal business hours are also to be included in the submission.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    Oily Wastewater Treatment Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    AQMD Rule 2202 Air Emissions Credits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for a contract related to compliance with the South Coast Air Quality Management District Rule 2202, specifically for the calculation of employee commute miles and the preparation of necessary emission reduction credits. The contract, identified as N6426726Q4002, will span a base year and three option years from 2026 to 2029, with a firm-fixed-price arrangement for all line items. This procurement is crucial for ensuring adherence to environmental regulations and promoting sustainable practices within the Navy's operations. Interested vendors must submit their quotes electronically by the specified deadline and ensure they are registered in the System for Award Management (SAM) prior to submission; for further inquiries, contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    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.