Groundwater Sampling and Geochemical Testing
ID: 0000313-CC-25Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFMSTS – DOE CONTRACTORNorth Las Vegas, NV, 89030, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MISCELLANEOUS NUCLEAR ORDNANCE (1195)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 7:00 PM UTC
Description

The Department of Energy, through Mission Support and Test Services, LLC, is seeking proposals for groundwater sampling and geochemical testing services at the Rock Valley Direct Comparison Testbed site in Nevada. The selected subcontractor will be responsible for conducting groundwater sampling at depths of up to approximately 7,000 feet and performing geochemical analyses on the collected samples, adhering to strict safety and environmental standards. This procurement is crucial for ongoing environmental assessments related to groundwater management and supports the Defense Nuclear Nonproliferation Program. Proposals are due by April 24, 2025, at 12:00 PM PST, and interested parties should direct inquiries to Calvin Callahan at callahcd@nv.doe.gov.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 4:05 PM UTC
The document provides detailed instructions for prospective offerors responding to Request for Proposal (RFP) No. 0000313, issued by Mission Support and Test Services, LLC (MSTS) for a firm-fixed-price service subcontract related to the Department of Energy's National Nuclear Security Administration. Key points include directives for proposal preparation and submission, emphasizing strict adherence to provided documents and timelines. Offerors are warned that exceptions to standard terms may lead to disqualification. The document outlines the importance of reviewing subcontract documents and conditions affecting cost and performance, along with stipulations regarding site inspections. Modification and withdrawal procedures for proposals are included, along with criteria for award consideration based on technical acceptability, pricing, safety programs, and quality assurance plans. The subcontracting process allows for single or multiple awards, providing the contractor discretion in proposal evaluation. Furthermore, it specifies that the contractor bears no responsibility for proposal preparation costs and reserves the right to reject any submissions. This solicitation is critical for ensuring compliance with safety, performance, and financial responsibility, ultimately guiding the selection of qualified subcontractors for projects managed under federal grants and RFPs.
Apr 15, 2025, 4:05 PM UTC
The Offeror's Proposal Letter for Solicitation No. 0000313 outlines the terms under which an offeror agrees to provide necessary services, materials, and equipment as requested in an RFP dated March 27, 2025. The proposal includes a firm offer valid for 90 days and certifies familiarity with the solicitation documents and site conditions. The offeror commits to execute a subcontract within 10 days upon award, providing required insurance certificates and performance bonds. Additionally, the document emphasizes compliance with E-Verify requirements for employment verification and stipulates reporting obligations for executive compensation for subcontractors receiving significant federal funding. It certifies the offeror's debarment status and commitment to equal opportunity compliance. The proposal also addresses export controls regarding telecommunications equipment and services, with strict prohibitions on certain items outlined by federal law. Furthermore, it mentions the offeror's representation concerning telecommunications compliance and provides room for listing any applicable government contracts. The comprehensive letter encompasses necessary disclosures, certifications, and business information, affirming the offeror's understanding of compliance with federal regulations and the RFP's terms. This proposal process is essential for federal contracting, ensuring transparency, accountability, and adherence to legal standards in awarded contracts.
Apr 15, 2025, 4:05 PM UTC
The document outlines a Subcontract Agreement Form between Mission Support and Test Services, LLC (MSTS) and a subcontractor under Prime Contract DE-NA0003624 with the U.S. Department of Energy. It establishes a firm-fixed-price service agreement for specific tasks as detailed in accompanying exhibits, including statements of work, safety requirements, and general conditions. Key elements include the performance of technical and professional services by the subcontractor, a Defense Priority and Allocations System rating indicating priority for national defense use, and payment obligations tied to the completion of the work. The subcontractor is responsible for notifying MSTS regarding funding status and invoicing, especially if charges exceed 80% of the allotted contract funds. The agreement emphasizes compliance with outlined specifications and conditions, with potential delays in payment for non-compliance. By requiring correspondence to include specific references and terms, the document ensures clarity and adherence to government regulations and contract management procedures, reflecting standard practices in federal government engagements and RFPs. Overall, this subcontract serves as a framework for collaboration to fulfill obligations for government services effectively and responsively.
Apr 14, 2025, 5:05 PM UTC
The document outlines the solicitation (No. 0000313) for firm-fixed-price subcontracting services needed by Mission Support and Test Services, LLC. It specifies the requirements for contractors to perform groundwater collection and geochemical testing, emphasizing safety protocols and thorough training for subcontractor personnel. The payment structure is detailed, with provisions for fixed-price services and conditions for payment upon successful project completion. Evaluation criteria for selecting subcontractors focus on technical capabilities, past experience, and adherence to safety standards, with a pass/fail method for mandatory requirements. Proposals must be structured into distinct volumes covering technical details, safety practices, quality assurance, and pricing. It's critical for bidders to address all evaluation criteria in their submissions to remain eligible for award. The aim is to ensure quality work while upholding safety and regulatory compliance throughout the project lifecycle.
Apr 15, 2025, 4:05 PM UTC
The document outlines a federal solicitation (No. 0000313) for Mission Support and Test Services, LLC, detailing requirements for a firm-fixed-price subcontract focusing on groundwater sampling and testing services. It includes a consideration schedule, payment terms, evaluation criteria, safety protocols, and comprehensive QA/QC program details, structured through various forms (A through L). Key elements outlined in the consideration schedule include pricing details for different service items and required training for subcontractor personnel. The evaluation criteria emphasize a Lowest Price Technically Acceptable (LPTA) procurement method, where proposals must meet minimum technical standards related to sampling capabilities and mobilization timelines. Detailed submission requirements are specified, including separate proposals for technical, safety, quality assurance, and pricing components, all to ensure proper assessment and compliance with government standards. Safety and health information, including EMR rates and OSHA histories, are crucial for evaluation. The document emphasizes the importance of thorough and accurate submissions, with a strong focus on safety and compliance within the specified scope of work, promoting responsible contractor engagement in environmental testing.
Apr 15, 2025, 4:05 PM UTC
The Statement of Work (SOW) from Mission Support and Test Services, LLC outlines the requirements for conducting groundwater sampling and geochemical testing at the Rock Valley Direct Comparison (RV/DC) Testbed site within the Nevada National Security Site. The SOW specifies the drilling of a corehole (CH) to approximately 7,000 feet with the aim of collecting groundwater samples at around 6,398 feet depth. The groundwater samples must undergo geochemical analysis for various properties, including pH and salinity. The subcontractor is responsible for deploying qualified personnel and equipment to gather and test the samples, with conditions set for sample cleanliness and testing methodology. The project requires the contractor to deliver field logs within 24 hours of sample collection and coordinate logistics with a Subcontract Technical Representative. Environmental considerations mandate that contractors utilize environmentally preferable products when applicable. Security clearance is not required as the work is unclassified, and no specific training or certifications are mandated for personnel. The expectation for timely and comprehensive reporting, including methodology and test results, is emphasized throughout the document, highlighting the importance of compliance in supporting the Defense Nuclear Nonproliferation Program.
Apr 14, 2025, 4:05 PM UTC
The document outlines the Statement of Work (SOW) for groundwater sampling and geochemical testing services at the Rock Valley Direct Comparison (RV/DC) Testbed site, part of the U.S. Defense Nuclear Nonproliferation Program at the Nevada National Security Site (NNSS). The work involves drilling a corehole to approximately 7,000 feet, collecting groundwater samples at specified depths, and conducting comprehensive geochemical analyses, including pH, salinity, and anion/cation assessments. The subcontractor is responsible for providing qualified personnel and state-of-the-art equipment to ensure accurate sample collection and analysis. Additional specifications detail the anticipated geological conditions, including temperature and pressure profiles, as well as the necessity for equipment to withstand harsh conditions. The environment-friendly purchasing policies pertinent to materials used on site are highlighted, emphasizing adherence to federal requirements. Timely reporting to the Subcontract Technical Representative, including field logs and laboratory results, is mandated to maintain project integrity. Overall, the document emphasizes rigorous standards for compliance and operational procedures vital for the project's successful execution.
Apr 15, 2025, 4:05 PM UTC
The Mission Support and Test Services, LLC's Exhibit B outlines the Statement of Work (SOW) for groundwater sampling and geochemical testing related to the Rock Valley Direct Comparison Testbed at the Nevada National Security Site. The subcontractor is tasked with collecting groundwater samples from a corehole drilled to about 7,000 feet below ground and conducting specified chemical analyses, including pH and salinity measurements. Groundwater sampling must follow strict guidelines for equipment cleanliness and reporting, with final logs and results delivered electronically. The document also emphasizes the necessity for environmentally preferable products and specifies clearance requirements, including personnel qualifications. Technical specifications detail the geological composition of the drilling site and the operational limits for sampling equipment. Overall, the SOW ensures adherence to safety, procedural, and environmental standards, aligning with federal requirements for the Defense Nuclear Nonproliferation Program. This reflects a clear commitment to maintaining high operational standards while conducting critical environmental assessments.
Apr 15, 2025, 4:05 PM UTC
The document outlines the General Conditions for a Firm Fixed Price Services Subcontract issued by Mission Support and Test Services, LLC (MSTS) under federal guidelines. It establishes terms and conditions governing interactions between the contractor and subcontractor, including roles and responsibilities, compliance with laws and regulations, and dispute resolution procedures. Key sections detail definitions, insurance, personnel management, confidentiality, and the contractor's authority, emphasizing the independent status of the subcontractor. The document stipulates requirements for change orders, reporting liabilities, and managing disputes through arbitration while reinforcing the contractor's and government’s rights regarding property and liabilities. It addresses risks related to subcontractor performance, including indemnities for claims and damages. Confidentiality regarding sensitive information and compliance with federal standards is prioritized, reflecting a commitment to integrity and regulatory adherence. The overall purpose is to ensure clarity in the contractual relationship, protect interests, and facilitate effective project execution under federal regulations, contextualizing the subcontract within the framework of government RFPs and grants. This ensures compliance with established standards and mitigates risks associated with subcontracting publicly funded work.
Apr 15, 2025, 4:05 PM UTC
The document outlines the special conditions associated with Subcontract No. TBD for Mission Support and Test Services, LLC, detailing requirements for a firm-fixed-price service engagement. Key areas covered include the expediting of work, insurance requirements, contractor-furnished materials, and obligations related to safety, security, and personnel management at the Nevada National Security Site. Specific conditions demand timely performance, supply of workers' compensation insurance compliant with Nevada law, and personal protective equipment provisions by the subcontractor. The document emphasizes the need for proper documentation, including invoices that require certification, the necessity of maintaining a significant percentage of work by the subcontractor's own workforce, and adherence to service labor standards reporting. The subcontractor must also manage as-built documentation accurately and ensure non-interference with ongoing operations at the site. Overall, the document serves to clarify the expectations and responsibilities involved in the subcontracting arrangement, facilitating compliance with federal regulations while ensuring project efficiency and safety standards at the government facility.
Apr 15, 2025, 4:05 PM UTC
The document outlines the Environmental, Safety, and Health (ES&H) requirements for a subcontract related to groundwater sampling and geochemical analysis by Mission Support and Test Services, LLC. It establishes a framework emphasizing the implementation of an Integrated Safety Management System (ISMS) to integrate ES&H protections into management and work practices effectively. Key sections detail the responsibilities of subcontractors, ensuring compliance with federal, state, and local regulations, including various Code of Federal Regulations. Specific requirements include safety program implementation, site-specific safety and health plans, hazard analysis, emergency preparedness, incident reporting, and worker training. The document mandates daily safety inspections, on-site safety representatives, and a structured approach to hazard prevention and control. The overarching goal is to safeguard employees, the public, and the environment while achieving project objectives, especially in high-risk activities. This meticulous planning and adherence to safety protocols reflect the commitment to maintaining a safe operational environment, aligning with government standards and practices for federal subcontracting.
Apr 15, 2025, 4:05 PM UTC
This document outlines the security requirements for subcontractors working at the Nevada National Security Site (NNSS) and North Las Vegas Facility (NLVF), overseen by the Department of Energy’s National Nuclear Security Administration. It emphasizes the need for subcontractor personnel to be U.S. citizens, obtain security badges, and complete necessary security briefings. Specific identification criteria are highlighted, along with the provision that all personnel must submit their personal information four days before commencing work. The document also delineates prohibited items on site, detailing specific articles such as firearms, explosives, and controlled substances, while establishing exceptions under controlled circumstances. Lastly, it stipulates policies for controlled articles, requiring cybersecurity reviews for certain electronic devices and outlining conditions for their access and usage in restricted areas. These security measures underscore the importance of maintaining safety and compliance in sensitive governmental environments, ensuring that subcontractors understand and adhere to rigorous security protocols.
Apr 15, 2025, 4:05 PM UTC
The document outlines the travel reimbursement requirements for subcontractors working under federal contracts. It applies to various subcontract types, detailing conditions for reimbursement of costs related to transportation, lodging, meals, and incidental expenses. Reimbursements are primarily governed by the Federal Travel Regulation (FTR), with specific stipulations regarding the maximum allowable rates for lodging and meals based on the travel location. Key definitions include short-term business travel (30 days or less) and long-term temporary assignments (over 30 days). Procedures for lodging, meal allowances, and transport costs (airfare, personal vehicle use, and rental cars) are specified, including necessary documentation and receipt requirements. Reimbursements for commuting costs are limited for employees based near the worksite, and special guidelines exist for foreign travel and temporary assignments that exceed three years. The document emphasizes the need for compliance and the importance of designated points of contact for reviewing travel expenses. Overall, the travel requirements aim to ensure accountability and adherence to federal standards while providing clear guidelines for subcontractors.
Apr 15, 2025, 4:05 PM UTC
The solicitation document (0000313) outlines the requirements for groundwater collection and geochemical testing, with an emphasis on sampling protocols. Key inquiries include the suitability of a single-phase sampler to collect 600 ml fluid samples from a specified depth, acknowledging uncertainties in local hydrostratigraphy and aquifer conditions. Training for personnel will occur post-award, potentially through online sessions. Concerns about surface wellbore pressure and the possibility of hydrogen sulfide (H2S) presence were addressed, indicating no current elevated H2S levels nearby but acknowledging the need for testing. Additionally, MSTS prefers to include the cost of shipping sealed sample bottles to the lab, and the fluid sample requirement is clarified to meet laboratory needs, with an emphasis on maintaining safety and compliance with laboratory protocols. Overall, the document reflects the procedural guidelines and technical specifications necessary for the successful completion of the project, catering to regulatory standards and safety considerations.
Apr 15, 2025, 4:05 PM UTC
The Mission Support and Test Services, LLC has issued a Request for Proposal (RFP) under a contract with the U.S. Department of Energy, specifically concerning the "Groundwater Collection and Geochemical Testing" project. This document outlines an amendment dated April 9, 2025, which specifies the deadline for proposals as April 17, 2025, 12:00 PM (PST). The amendment includes answers to offeror questions, found in Attachment 1, while stating that all other RFP requirements remain unchanged. Prospective bidders must acknowledge the receipt of amendments and submit their proposals according to the guidelines provided. Inquiries regarding the RFP should be sent in writing via email to the designated contact, Calvin Callahan. This RFP reflects the federal government’s ongoing efforts to engage contractors for vital environmental and geological assessments related to groundwater management.
Apr 15, 2025, 4:05 PM UTC
The document is a Request for Proposal (RFP) from Mission Support and Test Services, LLC, under a contract with the U.S. Department of Energy, concerning a project titled "Groundwater Collection and Geochemical Testing." It announces an amendment to the initial RFP, extending the proposal submission deadline to April 24, 2025, at 12:00 PM PST. Additionally, inquiries regarding the RFP will be accepted until April 17, 2025. Offerors are required to acknowledge receipt of this amendment with their proposals. The amendment emphasizes that all other RFP requirements remain unchanged. This document highlights the federal government's process for engaging contractors in environmental testing projects, ensuring clarity and compliance within the proposal submission timeline. It serves as a vital means for the government to solicit expertise for scientific and environmental assessments.
Apr 15, 2025, 4:05 PM UTC
The document is an amendment to a Request for Proposal (RFP) issued by Mission Support and Test Services, LLC, under a prime contract with the U.S. Department of Energy, regarding the project titled “Groundwater Collection and Geochemical Testing.” The amendment, dated April 15, 2025, modifies the evaluation criteria due to revisions in the Statement of Work as outlined in a previous amendment. Notable changes include the removal of a criterion related to ensuring the collection of representative samples and an update requiring contractors to mobilize within 7 days of notice. Proposals are due by April 24, 2025, at noon PST, and inquiries must be directed to Calvin Callahan via email. All other RFP requirements remain unchanged. This document plays a pivotal role in the procurement process, ensuring clarity and fostering competition by updating contractors on criteria changes.
Apr 15, 2025, 4:05 PM UTC
Apr 15, 2025, 4:05 PM UTC
The document outlines the process for suppliers to update their payment information with Mission Support and Test Services, LLC (MSTS). It includes instructions for adding or removing supplier addresses, bank details, and accountant contact information, as well as requirements for electronic payment enrollment. Key elements consist of a Federal Tax Identification Number, payment preferences (check or electronic funds transfer), and mandatory document attachments such as a voided check or certified bank letter for successful enrollment. The form also requires authorization for MSTS to initiate credit entries and delineates stipulations regarding duplicate payments and debits. The document's purpose is to facilitate secure and efficient financial transactions in compliance with federal guidelines while ensuring the protection of sensitive personal information. Overall, it serves as a necessary protocol for managing supplier payments in government contracts and grants, reflecting MSTS's adherence to regulatory standards and privacy concerns.
Apr 15, 2025, 4:05 PM UTC
The document is a transmittal sheet related to a subcontractor's request for clarification within the context of a federal or state RFP. It outlines the process for submitting documentation for approval or filing, with specific references to the subcontractor's details and points of contact. Key points include the steps for transmitting copies of necessary data, guidelines for returning approved copies, and status categories that determine whether work can proceed based on engineering review. The document facilitates communication between parties involved, ensuring that actions are taken in an organized manner regarding contract performance. This structured approach is essential in managing compliance, approval processes, and ongoing project workflows associated with government contracts.
Apr 15, 2025, 4:05 PM UTC
The document is a Subcontract Release Statement from Mission Support and Test Services LLC (MSTS), indicating the completion and acceptance of work under a specific subcontract. This formal release signifies that MSTS and its representatives are released from any known claims and demands related to the subcontract, with the exception of any specified in the document. The form includes spaces for the printed name, title, signature, date, and details of the company involved in the subcontract, demonstrating a structured process for both parties to acknowledge the completion of work. The purpose of this document is to finalize contractual obligations and ensure clarity regarding the release of claims, which is relevant in the context of government RFPs and grants that typically require clear documentation of subcontractor agreements and releases to prevent future disputes.
Apr 15, 2025, 4:05 PM UTC
The document is the IRS Form W-9, a request for taxpayer identification number and certification used primarily by individuals or entities to provide their correct taxpayer identification information to requesters who need it for filing information returns. It includes sections for personal and business identification details, tax classification, exempt statuses, and taxpayer identification numbers (TINs), such as Social Security Numbers (SSNs) and Employer Identification Numbers (EINs). The form serves crucial functions, including certifying the taxpayer's status to avoid backup withholding, detailing responsibilities for reporting income to the IRS, and clarifying the exemptions applicable to certain payees. It outlines repercussions for failing to provide correct information and instructions for updating or furnishing new information when necessary. The W-9 form is essential in the context of government RFPs and federal grants, as accurate tax reporting is critical to ensure compliance with tax laws and regulations when payments are made to contractors or grant recipients. The integrity of the taxpayer's information protects both the individual and the government from unauthorized or erroneous tax reporting, highlighting the importance of accurate identification in government and financial transactions.
Apr 15, 2025, 4:05 PM UTC
The document is a Request for Proposal (RFP) issued by MSTS for groundwater sampling services and geochemical testing at the Rock Valley Direct Comparison Testbed site. It outlines the proposal submission process, including required documents such as the proposal letter, subcontract form, and various exhibits detailing the scope of work, pricing, and conditions. Offerors are encouraged to ask questions by April 9, 2025, and must submit proposals by April 17, 2025, electronically to a designated email. The RFP emphasizes the importance of timely and complete submissions, as partial offers may be rejected. Crucially, the document mandates that only U.S. citizens may access the proposal information without prior approval, underscoring security and compliance considerations. Interested parties must also notify MSTS of their intent to respond within two business days. This RFP reflects the federal government's structured approach to contractor engagement, emphasizing transparency, security, and specific procedural guidelines for contractor participation in government projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
JANITORIAL SERVICES
Buyer not available
The Department of Energy is seeking qualified subcontractors to provide janitorial services at the Nevada National Security Site (NNSS), operated by Mission Support and Test Services (MSTS). The subcontractor will be responsible for maintaining cleanliness in secure areas, requiring personnel to have appropriate security clearances, and ensuring adequate supervision and management of staff. This opportunity is crucial for maintaining operational efficiency at the NNSS, which spans approximately 3,561 square kilometers and supports various governmental functions. Interested companies must respond by April 18, 2025, to Pam Grant at GrantPM@NV.DOE.GOV or by phone at 509-392-1081, as this notice serves as a sources sought announcement for market research purposes and is not a solicitation for proposals.
Groundwater Extraction and Treatment Unit
Buyer not available
The Department of Energy, through Argonne National Laboratory, is soliciting proposals for the delivery of a Groundwater Treatment Plant (GTP) system and associated components to be installed in Agra, Kansas. The procurement aims to address groundwater contamination, specifically targeting volatile organic compounds, by providing a comprehensive GTP system that meets the technical specifications outlined in the Statement of Work. This initiative is crucial for ensuring public health and environmental safety by remediating contaminated water resources. Interested bidders must submit their proposals electronically by 12:00 PM CDT on April 18, 2025, and can direct inquiries to Molly Murtaugh at mmurtaugh@anl.gov or by phone at 630-252-3094.
Dissolved Non-Condensable Gas Testing
Buyer not available
The Department of Energy, through the Naval Nuclear Laboratory, is soliciting proposals for a project focused on "Dissolved Non-Condensable Gas Testing." This initiative aims to conduct experiments that quantify the behavior of non-condensable gases (NCGs) such as nitrogen, hydrogen, and oxygen in water during various processes, including diffusion across steam/water interfaces, condensation, boiling, and flashing under different temperature and pressure conditions. The research is critical for advancing nuclear technology and improving operational efficiencies, with proposals due by April 8, 2025. Interested suppliers must submit a one-page Quad Chart and a five-page narrative detailing their project approach, along with adherence to disclosure protocols for sensitive information. For further inquiries, contact ATIP at ATIP@unnpp.gov.
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.
SAMPLE IRRATIATION AR/AR GEOCHRONOLOGY
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for neutron irradiation services necessary for the 40Ar/39Ar geochronology process, as part of a Request for Quotation (RFQ) identified as 140G0225Q0031. The procurement aims to secure the irradiation of mineral and rock samples at a contractor's nuclear reactor facility due to the temporary non-operation of the USGS's Denver reactor. This service is critical for geological assessments and hazard evaluations, ensuring precise timing and conditions of irradiation to support resource mapping and assessment. Interested contractors should contact Yvette Sornberger at ysornberger@usgs.gov or by phone at 303-236-9332, with the contract performance options spanning from April 21, 2025, to April 20, 2030.
Enhanced Capability Subcritical Experiment- Construction Services
Buyer not available
The Department of Energy is seeking expressions of interest for construction services related to the Enhanced Capability Subcritical Experiment at the Nevada National Security Sites (NNSS). This project involves significant modifications to the PULSE Complex, including the construction and installation of advanced testing facilities for radiological isotopes, which are critical for the Stockpile Stewardship program that ensures the safety and reliability of the U.S. nuclear weapons stockpile without nuclear testing. Interested contractors are invited to submit their qualifications, including their Unique Entity Identifier (UEI), business size, and capability statements, to the primary contact, Keisha Garcia, at GarciaKR@nv.doe.gov, with a project timeline spanning three to five years and work to be issued through Task Orders against a Master Agreement.
KIRTLAND AIR FORCE BASE DRINKING WATER TEST WELL, KIRTLAND AIR FORCE BASE, BERNALILLO COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the establishment of a drinking water test well at Kirtland Air Force Base in Bernalillo County, New Mexico. The project requires contractors to provide drilling services, including the preparation of a detailed Work Plan and Accident Prevention Plan, as well as compliance with environmental and safety standards throughout the drilling and testing process. This initiative is crucial for ensuring the quality and safety of potential drinking water sources, reflecting the government's commitment to responsible resource management and environmental protection. Interested contractors should contact Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356 for further details, and must adhere to the specified requirements outlined in the Request for Proposal, with a performance period of 270 calendar days following contract award.
Sources Sought for Radioanalytical Laboratory Services for Decommissioning Sites
Buyer not available
The U.S. Nuclear Regulatory Commission (NRC) is conducting a Sources Sought Synopsis to identify qualified vendors capable of providing radioanalytical laboratory services for decommissioning sites. The NRC requires vendors to perform management, supervision, and technical support for the analysis of samples from various nuclear materials and decommissioning sites, ensuring compliance with quality assurance and control standards. This procurement is critical for the NRC's mission to conduct inspections and verify the radiological status of licensed sites, thereby safeguarding public health and safety. Interested organizations should submit their capabilities and relevant information to Rachel Glaros at Rachel.Glaros@nrc.gov by April 17, 2025, as there is no solicitation at this time.
Honeywell Toxic Gas Monitoring System Expansion and Upgrades
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the expansion and upgrades of the Honeywell Toxic Gas Monitoring System. This procurement aims to acquire replacement parts and necessary equipment to enhance the monitoring capabilities for various toxic gases, as detailed in the attached Bill of Materials. The selected contractor will play a crucial role in ensuring the safety and effectiveness of environmental monitoring operations at ORNL. Proposals are due by 5:00 PM EST on April 21, 2025, and must remain valid for 120 days; interested parties should direct inquiries to Landen Treadway at treadwayla@ornl.gov or call 865-341-3071.
B533--Facility Water Testing Services (VA-25-00057498)
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide facility water quality testing services for various VA medical facilities as part of the Western States Network Consortium (WSNC). The procurement aims to ensure comprehensive water sampling and testing across multiple water sources, focusing on parameters such as legionella, pH, and bacterial levels, while adhering to high standards for laboratory testing and regulatory compliance. This initiative is crucial for maintaining water safety and health standards within facilities that serve patients and staff. Interested parties must submit their capabilities statements, including proof of accreditation and specific testing capabilities, to Wendy Duval at wendy.duval@va.gov by 3:00 PM PST on April 17, 2023. This is a sources sought notice only, and no solicitation is currently available.