F--NR-ARD-269 IMPROVE OPS & FILTER ANALYSIS
ID: 140P2125R0017Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENCR REGIONAL CONTRACTING(30000)WASHINGTON, DC, 20242, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- AIR QUALITY SUPPORT (F101)
Timeline
    Description

    The National Park Service (NPS) is seeking qualified organizations to support its requirement for ion analysis of samples collected under the Interagency Monitoring of Protected Visual Environments (IMPROVE) program. The primary objective is to analyze approximately 18,000 nylon filters annually for ion components such as nitrite, nitrate, sulfate, and chloride, ensuring compliance with air quality standards mandated by the Clean Air Act and contributing to visibility improvement in national parks. This procurement is critical for effective air quality management and monitoring in Class I federal areas, with deliverables including ion mass concentration data and quality assurance reports. Interested parties must submit their capabilities and qualifications by December 11, 2024, via email to Christina Gingras at christina_gingras@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) seeks a contractor to conduct ion analysis of Environmental Protection Agency’s Interagency Monitoring of Protected Visual Environments (IMPROVE) samples collected on nylon filters. The primary goal is to ensure the protection of air quality in national parks and reduce manmade visibility impairments, as mandated by the Clean Air Act. The contractor will analyze ion components—specifically nitrite, nitrate, sulfate, and chloride—across approximately 18,000 filters annually, adhering to established protocols and quality assurance standards. Deliverables include ion mass concentration data, quality assurance reports, and technical progress reports. Additional optional tasks may involve measuring cations, NHx, organic acids, smoke markers, and other pollutants. The successful bidder will collaborate closely with the IMPROVE Operations Contractor, primarily the University of California, Davis, and must demonstrate established competencies and methodological equivalences. The project underscores the NPS’s commitment to effective air quality management and visibility improvement in Class I federal areas through comprehensive monitoring and analysis.
    The National Park Service is conducting market research through a sources sought synopsis to identify organizations capable of supporting its requirement for IMPROVE ION Analysis. The purpose of this market research is to gather information that will help determine the method of acquisition for these services, falling under the NAICS code 541620. No solicitation is currently available, and any responses provided by interested parties are voluntary and carried at their own expense. Organizations are requested to submit their name, contact information, ownership details, and tailored capability statements detailing relevant experience and qualifications. The government aims to assess market capacity to deliver the necessary services, manage resources effectively, and develop a sound project management plan in compliance with performance-based service contracts. Based on the feedback received, the requirement may be set aside for small businesses or pursued via full and open competition. Responses to this notice are to be submitted by December 11, 2024, via email to the designated contact.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    66--CHLORIDE ISE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking proposals for the procurement of Chloride Ion Selective Electrodes (ISE) as part of a fixed-price contract. The procurement involves the inspection and acceptance of supplies, production lot testing, and compliance with various quality assurance and delivery requirements, emphasizing the importance of timely and accurate delivery of these critical instruments used in chemical analysis. Interested vendors must adhere to specific submission guidelines and are encouraged to provide accelerated delivery options at no additional cost to the government. For further inquiries, potential bidders can contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL.
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    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 contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    EPA CAMD Suite JEFO
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking contractor support services for the Clean Air Markets Division (CAMD) under the opportunity titled "EPA CAMD Suite JEFO." The primary objective of this procurement is to assist CAMD in the design, development, deployment, and maintenance of the updated CAMD Suite, focusing on enhancing functionalities related to emission reporting and data access provided by the Emissions Collection and Monitoring Plan System (ECMPS) and the Air Markets Program Data (AMPD). These services are critical for ensuring effective management and reporting of emissions data, which plays a vital role in environmental compliance and air quality management. Interested parties can reach out to Kelly Lael at kelly.lael@nih.gov or by phone at 301-402-5683 for further information regarding this opportunity.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Combustion IC and Profiler-F Installation and Training
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation and training of a Metrohm combustion ion chromatograph (CIC) system and its accessories. This procurement aims to ensure the proper installation of the CIC system and provide comprehensive training for two operators, with a firm-fixed-price contract expected to be awarded. The opportunity is set aside for small businesses, with a size standard of $19 million, and requires all offers to be submitted electronically by December 23, 2025, at 1:00 PM PST. Interested parties should direct inquiries and proposals to Naomi Newton at naomi.n.newton2.civ@us.navy.mil, ensuring compliance with all outlined requirements and safety regulations.