B--BGNDRF PFAS ANALYSES
ID: 140R4025Q0033Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- WATER QUALITY (B533)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 10:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking contractors for the analysis of per- and polyfluoroalkyl substances (PFAS) as part of a combined synopsis/solicitation. The primary objective is to conduct comprehensive PFAS analyses in water and solid samples to support pilot-scale water treatment technologies and ensure compliance with New Mexico Environment Department (NMED) reporting requirements. This contract, which spans five years with options for extensions, emphasizes timely reporting of results and adherence to federal and state environmental standards. Interested contractors must submit their proposals, including technical capability statements and pricing, by April 23, 2025, and can direct inquiries to Tina Villegas at tvillegas@usbr.gov or by phone at 505-462-3602.

Point(s) of Contact
Files
Title
Posted
The document addresses queries related to RFP 140R4025Q0033 for analyzing per- and polyfluoroalkyl substances (PFAS) by the Bureau of Groundwater and National Water Quality Monitoring. The primary requirement is a Level II report with results in an Excel file. Shipping fees pertain to the return of samples to the lab, while pricing should reflect both minimum and additional compound analyses. A revised price schedule will include provisions for analyzing solids, sludge, and PFAS removal media. Reporting requirements under the NMED discharge permit must comply with specified formats, and samples may contain a range of total dissolved solids, primarily between 4-6 g/L. Notably, potassium perfluorobutanesulfonate and potassium perfluorooctanesulfonate can be excluded from analysis schedules. The document also confirms the acceptability of laboratories with primary NELAC accreditation in different states from their operational locations. This overview reflects the government's focus on comprehensive PFAS analysis for environmental safety and compliance monitoring.
Feb 6, 2025, 5:05 AM UTC
The Brackish Groundwater National Desalination Research Facility (BGNDRF) outlines a Statement of Work for analyzing per- and polyfluoroalkyl substances (PFAS) in brackish water and solid samples. The primary objectives include providing detailed water information for pilot treatment design, fulfilling discharge reporting under New Mexico Environment Department permit DP-1472, and assessing PFAS removal system effectiveness. The contractor will conduct analyses utilizing EPA methods 537.1 Mod and 1633, monitoring a minimum of 16 PFAS compounds across 66 water samples annually, with reports to be submitted within a maximum of 25 business days. The laboratory must meet stringent accreditation and quality assurance protocols, with clear standards for sample collection, storage, and reporting. Additionally, a comprehensive electronic report summarizing test results and QC flags is required, alongside an updated spreadsheet of water test data. The sampling schedule is flexible, accommodating operational needs, while certain deadlines for semi-annual NMED reports must be adhered to. This contract not only emphasizes the technical specifications and rigorous standards required for laboratory services but also aligns with regulatory compliance demands regarding environmental safety and contamination monitoring.
Apr 9, 2025, 11:06 PM UTC
The Brackish Groundwater National Desalination Research Facility (BGNDRF) seeks contractor support for the analysis of per- and polyfluoroalkyl substances (PFAS) in water and solid samples. The main objectives are to provide information for pilot-scale water treatment technologies, comply with New Mexico Environment Department (NMED) reporting requirements, and monitor PFAS removal systems. The contractor will conduct analyses using EPA methods 537.1 Mod or 1633, handling an estimated 66 water samples and 3-6 solid samples annually, with an emphasis on timely delivery of results (no more than 25 business days) for NMED reporting deadlines of May 1 and November 1 each year. Standards for contractor qualifications include valid certifications in required analysis methods and accreditation under National Environmental Laboratory Accreditation Conference (NELAC). The government will furnish samples and historical data, while the contractor provides sample containers and detailed analysis reports, summarizing findings and quality control measures. The analysis plan includes a suite of minimum requested PFAS compounds with defined reporting limits, addressing challenges related to brackish water. This comprehensive scope of work aims to ensure environmental safety and compliance with regulatory standards while advancing research in desalination technologies.
Apr 9, 2025, 11:06 PM UTC
The document outlines the price schedule for PFAS (per-and polyfluoroalkyl substances) analyses in a government Request for Proposals (RFP), covering a five-year contract with options for extensions. It specifies pricing structures for various analyses, including sample analyses, field blank analyses, disposal fees, and other related costs under two EPA methods—537.1Mod and 1633. Each contract year provides a breakdown for base and optional sampling, emphasizing a 25 business day turnaround time (TAT) for standard analyses and additional charges for expedited services. The price breakdown includes subtotals for planned samples and optional analyses across base and option years, culminating in a total contract cost estimation. The clarity of pricing is crucial, as offers must detail individual prices, ensuring transparency and comprehension of the full contract costs. The document serves to guide contractors in formulating their proposals, ensuring all necessary components and potential costs are addressed for compliance with federal and state requirements in addressing PFAS contamination.
Apr 9, 2025, 11:06 PM UTC
The document pertains to Amendment 0001 of solicitation number 140R4025Q0033 issued by the Bureau of Reclamation, aiming to inform about updates related to a federal contract. The amendment includes a provision for questions and answers dated April 9, 2025, and extends the response deadlines to April 16, 2025, for inquiries and April 23, 2025, for quotations. The period of performance for the contract is set from May 15, 2025, to May 14, 2026. Contractors are required to acknowledge receipt of this amendment by various acceptable methods to avoid rejection of their offers. The amendment serves as an essential modification in the bidding process, ensuring that all interested parties are informed of changes and allowing for sufficient time to prepare responses. Overall, the document's purpose is to maintain transparency in the contracting process and facilitate effective communication between the Bureau of Reclamation and potential contractors.
Apr 9, 2025, 11:06 PM UTC
The document outlines a request for quotation (RFQ) for water analysis services related to Per- and Polyfluoroalkyl Substances (PFAS) at the Brackish Groundwater National Desalination Research Facility (BGNDRF) in Alamogordo, New Mexico. This acquisition, categorized as full and open competition, aims to support the BGNDRF in designing pilot-scale water treatment technologies and ensuring compliance with environmental reporting requirements. Interested contractors must submit technical capability statements, past performance information, and a price quote by April 18, 2025. Key evaluation factors include technical capability, past performance, and price, with the government intending to award a single fixed-price order to the most competitive contractor. The document also emphasizes the importance of adhering to federal acquisition regulations, security requirements, and specific clauses relevant to the performance of work under the contract. Overall, it serves as an official solicitation for qualified businesses to participate in ensuring water quality monitoring and PFAS removal technology performance at the facility.
The Bureau of Reclamation's Brackish Groundwater National Desalination Research Facility (BGNDRF) is issuing a Sources Sought Notice to gather capabilities from potential vendors for analyzing Per-and Polyfluoroalkyl Substances (PFAS). This effort is aimed at determining the feasibility of a future contract, specifically targeting small businesses, although larger entities are also welcome to respond. The primary focus is on PFAS analysis of brackish water and solid samples, adhering to EPA methods 537.1 Mod and 1633. The statement of work outlines three main objectives: informing clients about well water to aid in water treatment technology design, fulfilling reporting requirements for discharge permits, and monitoring PFAS removal equipment's performance. Vendors should expect to analyze approximately 66 water and 3-6 solid samples annually, with specific turnaround times for results. Interested parties must register in the System for Award Management (SAM) and submit their capability statements by February 21, 2025. This notice is part of preliminary market research and does not constitute a solicitation or commitment for future proposals.
Lifecycle
Title
Type
BGNDRF PFAS ANALYSES
Currently viewing
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
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.
Water Testing & Analysis
Buyer not available
The Department of Defense, through the 49th Contracting Squadron at Holloman Air Force Base, is soliciting quotations for water testing and analysis services, specifically requiring a state-certified laboratory to ensure compliance with New Mexico state regulations and EPA standards. The contractor will conduct a comprehensive range of sampling analyses, including routine monthly and quarterly tests, as well as follow-up analyses for any positive contamination results, while providing all necessary sampling materials and adhering to strict temperature and timing protocols during sample transport. This procurement is critical for maintaining safe drinking water standards for the base's population and ensuring accountability in environmental health oversight. Interested vendors must submit their quotes by April 17, 2025, and direct any inquiries to Darius Evans at darius.evans.4@us.af.mil or Erik Montgomery at erik.montgomery.10@us.af.mil.
DRINKING WATER SAMPLING AND ANALYSIS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for drinking water sampling and analysis services at Seymour Johnson Air Force Base and Blakeslee Air Force Recreation Area. The contractor will be responsible for collecting, transporting, analyzing, and reporting water samples in accordance with North Carolina Department of Environmental Quality (NC DENR) guidelines, focusing on parameters such as bacteriological content, lead, copper, nitrates, and Total Trihalomethanes. This procurement is crucial for maintaining public health and safety standards at military installations, ensuring compliance with federal and state regulations. The total award amount is estimated at $19 million, with a firm fixed price contract structure, and interested parties must submit their proposals by April 15, 2025, to the designated contacts Angela Gibson and TSgt Glinnis Thompson.
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 U.S. Army Corps of Engineers, is soliciting proposals for the establishment of a drinking water test well at Kirtland Air Force Base in Bernalillo County, New Mexico. The project involves drilling a 1,250-foot borehole, conducting groundwater quality analysis, and developing aquifer testing procedures to ensure compliance with environmental and safety standards. This initiative is critical for assessing potential drinking water sources while adhering to sustainable practices as outlined by the U.S. Environmental Protection Agency and the U.S. Department of Agriculture. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals, with the performance period set for 270 calendar days post-award. For further inquiries, contact Karen Irving at karen.k.irving@usace.army.mil or call 505-342-3356.
WATER AND SOIL LABORATORY TESTING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking qualified small businesses to provide laboratory testing services for water and soil samples in the Boise District. The procurement involves a Request for Quotation (RFQ) for analyses of drinking water and soil contaminants, including substances such as nitrate, nitrite, mercury, and arsenic, with strict adherence to sampling protocols and compliance with state regulations. This initiative underscores the government's commitment to environmental safety through regulated testing programs. Proposals must be submitted by April 11, 2025, and interested parties can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further details.
H--Request for Information (RFI) for the Freely Associated States (FAS) Lab Certif
Buyer not available
The Environmental Protection Agency (EPA) is seeking information regarding the Freely Associated States (FAS) Lab Certification Program, specifically targeting water quality laboratory capabilities in the Republic of Palau, the Republic of the Marshall Islands, and the Federated States of Micronesia. The initiative aims to enhance laboratory standards to protect public health from contaminated water sources and support economic growth in sectors such as tourism and aquaculture. Key activities include updating certification manuals, conducting audits, and providing technical assistance, with the contract expected to last until September 2024. Interested parties should submit their responses to the Request for Information (RFI) by April 18, 2025, and may direct inquiries to Allan Cris Dela Cruz at delacruz.allancris@epa.gov or (415) 972-3386.
BAA Number FA8051-24-S-0001/CALL #3 PFAS Destruction
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals under Broad Agency Announcement (BAA) FA8051-24-S-0001 for Call 3 focused on the destruction of Per- and Polyfluoroalkyl Substances (PFAS). The objective is to develop economically viable and environmentally safe technologies for processing PFAS-containing materials, with an emphasis on high-efficiency systems and low operational costs. This initiative is critical for addressing hazardous environmental contaminants and advancing technological solutions for the U.S. Air Force's operational readiness. The total funding available for this opportunity is approximately $49 million, with $36 million remaining for awards, and white paper submissions are due by April 21, 2025. Interested parties can direct inquiries to Toby L. Carnes at toby.carnes.1@us.af.mil or Nikita Chandiramani at nikita.chandiramani@us.af.mil.
B--ISOTOPE ANALYSIS FOR T, OTHER DISSOLVED GASES, AND Sr
Buyer not available
The U.S. Geological Survey (USGS) is seeking to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to the University of Utah for specialized analytical services related to tritium and dissolved gases, as well as strontium isotopes and trace elements in various samples. The contract aims to ensure high-quality measurements essential for characterizing groundwater systems, with specific requirements for turnaround times of 15 days for certain analyses and 60 days for strontium isotopes. This procurement is critical for maintaining data continuity across projects aimed at enhancing economic development in the arid western United States. Interested parties may submit capability statements via email to Joahnne Ongjoco at jongjoco@usgs.gov by April 14, 2025, at 0900 Hours Eastern, as no competitive solicitation will be issued.
R--SME PEER REVIEW - CORROSION MITIGATION
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.
S--BGNDRF Janitorial and Light Maintenance
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking competitive quotations for janitorial and light maintenance services at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The contract, set aside for small businesses under NAICS code 561720, requires comprehensive cleaning and maintenance of approximately 5,740 square feet, including offices, laboratories, and restrooms, with specific tasks such as waste management, surface dusting, and restroom sanitation. This initiative is crucial for maintaining a clean and safe environment at the facility, with a contract performance period from July 1, 2025, to June 30, 2028. Interested contractors must submit their proposals by April 11, 2025, and can direct inquiries to Nayda Gonzalez at ngonzalez@usbr.gov.