B--BGNDRF PFAS ANALYSES
ID: 140R4025Q0033Type: Combined Synopsis/Solicitation
AwardedJul 17, 2025
$448.4K$448,445
AwardeeEUROFINS ENVIRONMENT TESTING NORTHERN CALIFORNIA LLC 880 RIVERSIDE PKWY West Sacramento CA 95605 USA
Award #:140R4025P0053
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
    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 the Brackish Groundwater National Desalination Research Facility (BGNDRF) project. The contract involves conducting comprehensive testing of water and solid samples to support pilot-scale water treatment technologies and ensure compliance with New Mexico Environment Department (NMED) reporting requirements. This initiative is crucial for environmental safety and compliance monitoring, reflecting the government's commitment to managing PFAS contamination. Interested contractors must submit their proposals, including technical capability statements and pricing, by April 25, 2025, with the contract period set from May 15, 2025, to May 14, 2026. For further inquiries, potential bidders can contact Tina Villegas at tvillegas@usbr.gov or by phone at 505-462-3602.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Request for Proposal (RFP) 140R4025Q0033 related to PFAS analyses within the Bureau of Reclamation's BGNDRF project. It addresses questions posed by potential contractors, clarifying project specifics and requirements. The existing contract was held by Symbio Laboratories, with a projected start date in May 2025. Key clarifications include contractor responsibilities for analyzing various PFAS compounds under different methods, updates to the Price Schedule allowing for separate listings of compounds for each method, and confirmation that existing accreditations like NELAP and ISO 17025/DOE/DoD are acceptable. The document also outlines logistical considerations regarding sample shipping costs, requirements for analyzing solid samples, turnaround times for analytical results, and stipulations regarding subcontractor participation. It emphasizes the need for compliance with the EPA Quality Assurance Program and addresses concerns about laboratories in non-participating NELAC states. This RFP reflects the government's proactive approach to managing PFAS contamination through rigorous testing and compliance measures for environmental safety.
    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.
    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.
    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.
    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.
    The document outlines pricing schedules for a federal contract focused on analyses of per- and polyfluoroalkyl substances (PFAS) in water and soil over a five-year period, including a potential six-month extension. It specifies unit prices for PFAS water and soil analyses, field blank analyses, as well as shipping and disposal fees, differentiating costs for the two sample types. The pricing structure consists of a base year followed by four option years, with detailed requirements for calculating offers, including necessary taxes or fees. The contract requires detailed pricing for various analyses with a standard turnaround time of 25 business days, stipulating the need for clarity in unit pricing to ensure the total costs are comprehensible. This contract aims to facilitate environmental testing and compliance with health standards regarding PFAS detection, reflecting government efforts to manage and mitigate the risks posed by these substances. It emphasizes the importance of transparency in bidding processes, ensuring all potential vendors adhere to the outlined conditions.
    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.
    The document outlines Amendment 0002 to solicitation 140R4025Q0033 from the Bureau of Reclamation, detailing the modification of a contract related to federal procurement. This amendment includes critical updates such as the provision of questions and answers as of April 16, 2025, an updated Excel price schedule, and an extension of key deadlines. The new deadlines include a questions and inquiries date set for April 21, 2025, and a quote response date extended to April 25, 2025. The specified period of performance for the contract is from May 15, 2025, to May 14, 2026. Interested contractors must acknowledge receipt of this amendment in their submissions to ensure compliance and avoid rejection of offers. The document emphasizes the procedural requirements for contractors to acknowledge the changes, which reflects standard practices in federal procurement processes. Overall, the amendment is structured to enhance transparency and facilitate bidders' preparation for the solicitation’s requirements and timeline.
    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
    B--BGNDRF PFAS ANALYSES
    Currently viewing
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--NGWSP INTAKE & RIVER PUMPING PLANT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Interior, Department Of The
    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.
    F--EPA WATER RFP
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is soliciting proposals for its Water Assessment and Technical Emergency Response (WATER) Contract through a Request for Proposal (RFP). This procurement aims to engage qualified contractors to provide environmental consulting services, specifically focusing on water-related assessments and emergency response initiatives. The services sought are critical for ensuring effective management and response to water quality issues, which play a vital role in public health and environmental protection. Interested parties can reach out to Emily Mogg at Mogg.Emily@epa.gov or by phone at 415-972-3711 for further details regarding the solicitation and any associated deadlines.
    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.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    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.
    WHS FILTER CARTRIDGE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is soliciting bids for the procurement of 840 water drainage sump pre-filter cartridges. These cartridges must meet specific dimensions of 40 inches in length, 2.5 inches in diameter, and 1.0 inch inner diameter, with a 50-micron rating, constructed from 100% polypropylene and featuring a hard outer cage, adhering to the PENTAIR P/N PFN50-40 BP3 HCDS or equivalent specifications. The filters are crucial for effective water purification processes, ensuring operational efficiency in water management systems. Interested small businesses must submit their proposals by December 19, 2025, with delivery required by February 27, 2026, to Grand Coulee, WA. For further inquiries, potential bidders can contact Georgena Palmer at gpalmer@usbr.gov or by phone at 509-633-9227.
    F103-- Well Network Water Testing Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Well Network Water Testing Service Contract for the Asheville Veterans Affairs Medical Center (VAMC). This contract will require the selected contractor to perform monthly water testing of the emergency backup well system, assessing various contaminants including Total Coliform, E.coli, Lead, and Nitrates, with results to be delivered digitally within five business days of testing. This acquisition is a 100% Small Business Set-Aside, with a performance period from January 9, 2026, to January 8, 2031, and proposals are due by December 24, 2025, at 3:00 PM EST. Interested parties should direct all inquiries via email to Contracting Officer Zanona Pickett at Zanona.Pickett@va.gov, as telephone requests will not be accepted.