Passive Gas Sampling in Sewers
ID: 140G0226Q0007Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)
Timeline
    Description

    The U.S. Geological Survey (USGS) is conducting a market survey to identify firms capable of providing passive gas samplers and analytical services for volatile organic compounds (VOCs) in sanitary sewers. The initiative aims to support the U.S. Environmental Protection Agency (EPA) in investigating trichloroethene (TCE) contamination, requiring samplers that are suitable for high-humidity sewer environments, easy to deploy, and capable of selectively absorbing target VOCs while excluding other sewer gases. Interested contractors must analyze six specific VOCs to precise detection limits using EPA method TO-17 and deliver results within 40 days, including a tabular summary and a Level IV data package. Responses are sought from various small business categories under NAICS code 541380, with submissions due by December 31, 2025, at 5:00 PM MST to KKeuma@usgs.gov. This is a Sources Sought Notice and not a solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Geological Survey (USGS) is conducting a market survey to identify firms capable of providing passive gas samplers and analytical services for volatile organic compounds (VOCs) in sanitary sewers. This initiative supports the U.S. Environmental Protection Agency (EPA) in investigating trichloroethene (TCE) contamination. The required samplers must be suitable for high-humidity sewer environments, small, simple to deploy, and selectively absorb target VOCs, excluding other sewer gases. Contractors must analyze six specific VOCs to precise detection limits using EPA method TO-17 and deliver results within 40 days, including a tabular summary, a Level IV data package, and a TCE concentration map if coordinates are provided. Responses are sought from various small business categories (ISBEE, HubZone, 8(a), Service-Disabled Veteran-Owned, and general small businesses) under NAICS code 541380, with a size standard of $19 million. Submissions, including firm information, a capability statement with recent relevant performance history, and size status, are due by December 31, 2025, at 5:00 PM MST to KKeuma@usgs.gov. This is a Sources Sought Notice, not a solicitation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    A--Zircon LA-MC-ICPMS
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is conducting market research to identify qualified sources for in-situ laser-ablation split-stream (LASS) radiogenic isotope and trace element analysis services on zircon samples. The procurement requires six days of instrument time, maintenance for LASS-MC-ICPMS to ensure reproducibility of U/Pb and Hf ratios, 24-hour instrument access, technical support from a Ph.D. in analytical geochemistry, and data reduction services, with a performance period from January 2026 to January 2027. This opportunity is crucial for advancing geological research and ensuring accurate isotopic analysis, which is vital for various scientific applications. Interested parties must submit capability statements, including DUNS/UEI, business size, socioeconomic status, and relevant NAICS codes, via email to Joel Berberena at jberberena@usgs.gov.
    Sources Sought Notice: Diagnose Septic Tank Issues
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified businesses to address septic tank issues at the Santa Monica Mountains National Recreation Area through a Sources Sought Notice (SSN). The procurement aims to gather information on interested businesses and their qualifications for diagnosing septic tank problems, conducting septic tank pumping, and potentially repairing or replacing the septic system. This project is crucial for maintaining the environmental integrity of the park, which is primarily used by park staff and requires protective measures to minimize disturbance. Interested contractors must submit a completed Sources Sought Survey Questionnaire by 2:00 PM Pacific Time on January 20, 2026, to Contracting Officer Quinn Rankin at quinnrankin@nps.gov, with a competitive Request for Quotations anticipated to be issued in early February 2026.
    F--Superfund Analytical Methods Provisions & Clauses
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking analytical services through the Superfund Analytical Methods (SFAM02.0) Solicitation to support its investigation and cleanup activities under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA) and the Superfund Amendments and Reauthorization Act of 1986 (SARA). The procurement aims to provide essential analytical data that will assist the EPA in effectively managing environmental remediation efforts. This opportunity is critical for ensuring compliance with federal environmental regulations and facilitating the cleanup of contaminated sites. Interested parties can reach out to Mary K. Doherty at doherty.mary@epa.gov or (202) 564-8951 for further information regarding the solicitation and associated provisions.
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The procurement aims to provide an indefinite quantity of physical and chemical analysis services for soil, sediment, and water samples, which will support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will have a total master limit of $250,000, with individual BPA calls not exceeding $25,000, and the period of performance is set for 36 months from the date of award. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025; inquiries during the presolicitation phase will not be addressed.
    46--AMIAD AMF-93K FILTER REPLACEMENT PARTS
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified businesses to provide replacement parts for three Amiad AMF-93K water filter systems. The procurement focuses on specific components such as O-rings, piston housing assemblies, piston assemblies, gaskets, and tail assemblies, which must be manufacturer equivalent and approved for use in these filters. These replacement parts are critical for maintaining the functionality of the water purification systems used at the USGS Western Fisheries Research Center in Seattle, WA. Interested vendors must submit a product data sheet detailing their capabilities via email to Yangzhi Deng at yangzhideng@usgs.gov by January 12, 2026, at 12:00 PM PST, as this is a sources sought announcement and not a request for proposals.
    R--STSSC IDIQ Southeast Region
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide Science and Technical Support Services (STSS) for its Southeast Region through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The services required include administrative support, program management, research, data management, geospatial applications, and technical project management, all aimed at supporting the USGS's mission to deliver impartial scientific information about natural hazards and resources. This contract is particularly significant as it will facilitate the USGS's efforts in addressing critical environmental and resource management challenges over a five-year period, with a total ceiling of $49.5 million. Interested parties must submit their proposals by January 26, 2026, and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.
    58--ACOUSTIC EQUIPMENT - BRAND NAME OR EQUAL
    Interior, Department Of The
    The U.S. Geological Survey (USGS), Columbia River Research Laboratory, is seeking quotations for acoustic equipment, specifically Acoustic Receivers, Acoustic Transmitters, and Activation Probes, either brand name or equal to Innovasea products. The procurement includes 70 acoustic transmitters, 8 acoustic receivers, and 4 activation probes, all of which must meet detailed technical specifications regarding performance, environmental compliance, and warranty requirements. This equipment is crucial for advanced acoustic monitoring in aquatic research, enhancing the USGS's capabilities in environmental studies. Interested vendors must submit their firm, fixed-price quotes and required documentation by January 8, 2026, with delivery expected by February 27, 2026, to Cook, WA. For inquiries, contact Joahnne Ongjoco at jongjoco@usgs.gov or call 916-278-9328.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    Water Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide water testing services for the United States Marine Corps Base in Quantico, Virginia. The procurement involves comprehensive laboratory testing for potable water, sewage water, storm/industrial wastewater, and hazardous waste, ensuring compliance with various federal, state, and local regulations, including certifications from NELAC and VELAP. This contract, which spans a base period and four option periods totaling over five years, emphasizes the importance of timely and accurate reporting of results, with all work to be performed by Virginia State-certified laboratories. Interested small businesses are encouraged to respond to the Request for Information by January 9, 2026, at 10:00 a.m. Eastern time, and can contact Teri Bischof at teri.bischof@usmc.mil for further details.