Water Quality Program Lab Analysis Contract
ID: W912QR25QWP1Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Testing Laboratories and Services (541380)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey to identify small businesses interested in providing analytical laboratory services for water quality analysis in Louisville, Kentucky. The project involves analyzing various chemical and biological parameters in water samples, including solids, nitrogen, phosphorus, metals, and biological organisms, with an estimated annual requirement of approximately 150 chemistry samples, 50 phytoplankton samples, and 30 benthic macroinvertebrate samples. This initiative is crucial for maintaining water quality standards and ensuring environmental compliance. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by February 7, 2025, with relevant company information and capabilities to Amber Drones at amber.l.drones@usace.army.mil, with an estimated contract value between $1 million and $5 million over a duration of 1,736 calendar days.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is conducting a market survey to assess small business interest in a project for analytical laboratory services focused on various chemical and biological water parameters. The project, located at 600 Dr. Martin Luther King Jr Place, Louisville, KY, aims to analyze water samples for approximately 150 chemistry samples, 50 phytoplankton samples, and 30 benthic macroinvertebrate samples annually. The contractor will be required to pick up samples on short notice within the Louisville District. The contract duration is projected to be 1,736 days, with costs estimated between $1 million and $5 million. Responses are sought from small businesses certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned. Interested contractors must provide company verification, experience with similar projects, current lab certifications, and assurance of the capability to meet project requirements by February 7, 2025. The document emphasizes that this is not a Request for Proposal but an invitation for interested parties to respond for future acquisition considerations. Additional information regarding registration in the System for Award Management (SAM) is outlined, along with instructions for submitting responses and required documentation. Overall, this document seeks to identify suitable vendors for potential future contract opportunities in laboratory services related to water quality analysis.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Waste Water/Water Treatment Sampling
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for water quality testing services at the Marine Corps Air Station (MCAS) Cherry Point in North Carolina. The contract requires laboratory analysis to ensure compliance with environmental regulations, including certified analysis according to North Carolina's standards, and encompasses a base period of 12 months with a potential one-year extension. This procurement is crucial for maintaining environmental compliance and ensuring high standards of service in water quality management. Interested contractors must submit their proposals by 4:00 PM on March 7, 2025, and can direct inquiries to Aaron Avery at aaron.m.avery.civ@usmc.mil or Larry Davis at larry.davis1@usmc.mil.
    Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center (ERDC-CERL), is soliciting proposals for Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support Services aimed at enhancing monitoring and early detection of harmful algal blooms (HAB) in Lake Okeechobee, Florida. The contract requires the contractor to provide equipment storage, setup, deployment, routine and incidental maintenance, surface water sampling, and analysis in accordance with EPA standards, with a performance period from February to December 2025. This initiative is critical for improving environmental response capabilities and ensuring compliance with safety and operational protocols during fieldwork. Interested parties must submit their proposals by January 15, 2025, and can direct inquiries to Olivia Farr at CERL-CT-Quotes@usace.army.mil.
    ID-FWS DWORSHAK-NPDES TESTING FY25
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho, with a performance period spanning from April 1, 2025, to September 30, 2029. The procurement aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, reflecting the government's commitment to environmental integrity. This opportunity is a Total Small Business Set-Aside, inviting eligible small businesses to participate, with quotes due electronically by March 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) and comply with federal regulations, including adherence to wage determinations set forth by the U.S. Department of Labor.
    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.
    F108--36C25525Q0143_1 | Legionella Water Testing Services | Wichita VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Legionella water testing services at the Robert J. Dole VA Medical Center in Wichita, Kansas. The procurement aims to establish a single Indefinite Delivery Indefinite Quantity (IDIQ) contract over five years, focusing on the testing of both potable and non-potable water to ensure compliance with safety standards and validate Legionella control measures as per VHA Directive 1061. This initiative underscores the government's commitment to enhancing water safety in VA facilities, which is crucial for public health and resource management. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that the total award amount is up to $25 million, and they can contact Contract Specialist Aubrey L. Visocsky at Aubrey.Visocsky@va.gov for further details.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    H146--Wastewater Sampling and Analysis ,Chemical Oxygen Demand (COD) TEST. Response Date Extension SDVOSB Set-aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for wastewater sampling and analysis services, specifically focusing on Chemical Oxygen Demand (COD) testing, under solicitation number 36C26225Q0480. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises in federal procurement. The work will be performed at the Long Beach VA Healthcare System in California, and the estimated contract cost for FY2024 is approximately $6,960.00. Interested parties must submit their proposals by the extended deadline of March 12, 2025, at 12:00 PM Pacific Time, and can contact Contract Specialist Jeanette Dedvukaj at jeanette.dedvukaj@va.gov for further information.
    Guardian Response 25 Grey Water Support for Multiple Sites in Indiana
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Guardian Response 25 Gray Water Support project, which involves the management of gray water at multiple sites in Indiana, including the Muscatatuck Urban Training Center. The primary objective is to provide comprehensive gray water storage and removal services, ensuring compliance with federal, state, and local regulations while promoting sustainable water management practices. This initiative is critical for supporting training events related to search and rescue and casualty decontamination, emphasizing the importance of effective resource management in emergency preparedness. Interested small businesses, particularly those owned by women, are encouraged to submit proposals by the deadline, with an estimated contract value of $9 million and performance scheduled from April 24 to May 15, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Laboratory Soils Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking sources for laboratory soils testing services. This procurement is aimed at identifying qualified small businesses that can provide testing laboratories and services, as indicated by the NAICS code 541380, under a Total Small Business Set-Aside (FAR 19.5). The services are crucial for evaluating ores, minerals, and their primary products, ensuring compliance with safety and quality standards. Interested parties should reach out to Maria Valadez-Lopez at maria.e.lopez@usace.army.mil or call 817-886-1881 for further details, while Paige Poorman is also available at PAIGE.E.STONE@USACE.ARMY.MIL or 817-201-3106 for additional inquiries.
    Lagoon Aeration
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.