Watervliet Arsenal, NY - SPDES Laboratory Analytical Service
ID: W911PT25Q0042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC WVAWATERVLIET, NY, 12189-4000, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- MISCELLANEOUS (H299)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, NY, is seeking proposals for laboratory analytical services related to non-potable water samples to ensure compliance with environmental regulations. The contract, identified as W911PT25Q0042, requires the contractor to perform timely and accurate sampling and analysis in accordance with the Industrial SPDES Permit and the Multi-Sector General Permit, with a turnaround time for results not exceeding 10 business days. This procurement underscores the importance of environmental management and regulatory adherence at the facility, with the contract set for a base year from July 1, 2024, to June 30, 2025, and includes two optional extension years. Interested parties should contact Dave Deanda at david.d.deanda.civ@army.mil or call 571-588-8830 for further details and submission guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for analytical services related to non-potable water samples at Watervliet Arsenal (WVA) to comply with their Industrial SPDES Permit and Stormwater General Permit. The contractor is responsible for providing all necessary equipment, sample bottles, and analysis in line with Environmental Laboratory Approval Program (ELAP) standards. Samples for industrial analyses must be collected twice monthly, while stormwater samples will be collected quarterly and semi-annually. Key operational hours are specified, with performance measures emphasizing timely report completions within designated turnaround times. The contract spans one year, from July 1, 2024, to June 30, 2025, with potential extensions. Safety compliance with all relevant regulations is mandatory. This document serves as a formal request for proposals, highlighting the government's commitment to environmental management and regulatory adherence at the facility.
    The document outlines a Request for Proposal (RFP) issued by the Army Contracting Command for analytical laboratory services related to non-potable water samples at the Watervliet Arsenal. The contract, identified as W911PT25Q0042, specifies the need for compliance with state pollution discharge permits, requiring contractors to provide timely, accurate sampling and analysis of water. Key requirements include a turnaround time of no more than 10 business days for results and adherence to safety and quality standards. Notably, the contract is set for a base year with two additional option years, emphasizing the importance of on-time delivery and quality assurance in the contractor's performance. The document also highlights procedural elements for the proposal submission, including contact information for the contracting officer and safety compliance requirements. It mandates that any foreign representatives on-site must be escorted and requires contractors to respect confidentiality regarding defense-related technologies. This RFP illustrates the government's effort to ensure high standards in environmental compliance and operational safety while engaging contractors for specific analytical services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Water Testing & Analysis
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations from small businesses for water testing and analysis services at Holloman Air Force Base in New Mexico. The contractor will be required to provide comprehensive sampling analysis services for the base's drinking water, ensuring compliance with both New Mexico state regulations and Environmental Protection Agency (EPA) standards. This includes routine and non-routine testing for various contaminants, with strict adherence to temperature and timing protocols during sample transport to prevent violations. Interested vendors must submit their quotes by April 3, 2025, and can direct inquiries to primary contact Darius Evans at darius.evans.4@us.af.mil or secondary contact Callie M. Spencer at callie.spencer.1@us.af.mil.
    Commercial Items for 3k Tactical Water Purification System
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking industry input through a Request for Information (RFI) for the procurement of a new 3k Tactical Water Purification System (TWPS). This system is intended to produce potable water from various sources, including those contaminated with chemical, biological, radiological, and nuclear (CBRN) agents, and will replace an outdated unit that has been in service for over thirty years. The procurement aims to secure high-volume commercial items, including military hardware, electrical components, and water pumps, with potential orders exceeding 10,000 units and a total value of up to $75 million over five years. Interested vendors must submit their capabilities and relevant information electronically by March 14, 2025, and can direct inquiries to Aiden Witt at aiden.b.witt.civ@army.mil or Emily McGill at emily.c.mcgill.civ@army.mil.
    FY26 One (1) Waterless Integrated Immunochemistry Analyzer and One (1) Waterless Clinical Chemistry Analyzer W/ Cost Per Reportable Result(s) (CPRR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide one waterless integrated immunochemistry analyzer and one waterless clinical chemistry analyzer, along with a cost per reportable result (CPRR) for the General Leonard Wood Army Community Hospital in Fort Leonard Wood, Missouri. This procurement aims to enhance laboratory capabilities by supplying advanced diagnostic equipment that operates without water, ensuring functionality in a designated area without water access, and includes comprehensive support services such as training, reagents, and maintenance. The contract is anticipated to be a five-year Indefinite Delivery Indefinite Quantity (IDIQ) with a proposed delivery period from October 1, 2025, to September 30, 2030. Interested parties must submit a Statement of Capability by March 17, 2024, and direct inquiries to Joshua Barbero at joshua.p.barbero.civ@health.mil.
    FY26 One (1) Waterless Integrated Immunochemistry Analyzer and One (1) Waterless Clinical Chemistry Analyzer W/ Cost Per Reportable Result(s) (CPRR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide one waterless integrated immunochemistry analyzer and one waterless clinical chemistry analyzer, along with a cost per reportable result (CPRR) model, for the General Leonard Wood Army Community Hospital in Fort Leonard Wood, Missouri. The procurement aims to enhance laboratory capabilities by supplying advanced analyzers that require no water access, ensuring operational efficiency in a dry system environment, and includes comprehensive support such as reagents, maintenance, and training at no additional cost to the government. This initiative reflects a commitment to improving healthcare quality through advanced laboratory technology, with an anticipated contract period from October 1, 2025, to September 30, 2030. Interested parties must submit a Statement of Capability by March 17, 2024, to Joshua Barbero at joshua.p.barbero.civ@health.mil, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Notice of Intent for Sole Source for Proficiency Testing for DCPH-A
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Notice of Intent for a Sole Source contract for proficiency testing services related to environmental safety and public health. The procurement focuses on comprehensive testing of various matrices, including water pollution, drinking water, soil, and hazardous waste, requiring analysis of a wide range of chemical parameters such as heavy metals, organics, and radiochemistry. This testing is crucial for ensuring compliance with regulatory standards and maintaining water quality and safety. Interested parties can reach out to Brandon Roebuck at brandon.m.roebuck.civ@health.mil or Jesse Nisley at jesse.d.nisley.civ@health.mil for further details.
    Water Testing & Treatment Service
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    Water Treatment in Bullville, NY
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for water treatment services in Bullville, NY. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the effective operation of water supply facilities, as outlined under the NAICS code 221310. The services procured are critical for maintaining water quality and supply, which is essential for both military and civilian needs in the area. Interested vendors can reach out to Bryan Thompson at bryan.e.thompson20.civ@army.mil or call 609-562-2695 for further details, or contact Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335 for additional inquiries.
    Treatment/Chemical Injection System for Cooling Tower - Water Treatment and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking qualified contractors to provide a Treatment/Chemical Injection System for the cooling tower at Picatinny Arsenal, New Jersey. The procurement involves comprehensive water treatment and maintenance services, including monthly water analysis, employee training, and chemical checks, with a contract duration of twelve months and four optional one-year extensions. This initiative is crucial for maintaining the operational efficiency and safety of critical infrastructure within the Department of Defense. Interested parties must submit their proposals by March 26, 2025, and can direct inquiries to Ardelle Knight at ardelle.v.knight.civ@us.navy.mil.
    Q301--648-25-3-5106-0019 - Legionella and Dental HPC Testing Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking responses for a service contract focused on Legionella and heterotrophic plate count (HPC) testing at the Portland VA Medical Center. The procurement aims to ensure compliance with health standards through quarterly sampling and laboratory testing of water sources, including faucets and showers, across multiple VA properties in Portland and Vancouver, Washington. This testing is critical for maintaining safe water quality in healthcare facilities, thereby protecting the health of veterans and staff. Interested contractors must submit their expressions of interest and capability statements to Contract Specialist Craig Brown at craig.brown7@va.gov or by phone at 360-816-2784 by March 21, 2025. The contract will be structured as a Base Plus Four arrangement, adhering to federal and state regulations, with a business size standard of $19 million under NAICS code 541380.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 3 - Pier Side
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 3 Pier Side repairs. This procurement involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing pier-side maintenance and repair services for the Army Vessel Fleet, ensuring operational readiness and compliance with safety and environmental regulations. The selected contractors will be responsible for a range of services, including mechanical, electrical, and hydraulic repairs, with a focus on delivering high-quality proposals that meet stringent evaluation criteria, including past performance, price, and small business participation. Interested parties should contact Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further details, and proposals must adhere to the outlined submission guidelines to be considered for this critical defense contract.