BPA(s) for Analytical Lab Services
ID: PANNWD-24-P-0000001834-12373-007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking proposals for Blanket Purchase Agreements (BPAs) for Analytical Lab Services to support environmental restoration initiatives. The procurement aims to secure analytical services for chemical analysis, toxicity testing, microbiological assessments, and other environmental testing across various matrices, primarily from Formerly Used Defense Sites (FUDS). These services are crucial for obtaining legally defensible environmental data and ensuring compliance with stringent quality standards, including ISO/IEC 17025:2017 certification. Interested vendors must submit their proposals electronically by September 16, 2024, with a total contract value capped at $450,000 over five years. For further inquiries, potential bidders can contact Robert E. Tamisiea at robert.e.tamisiea@usace.army.mil or Christopher Kueffer at christopher.r.kueffer@usace.army.mil.

    Files
    Title
    Posted
    The document analyzes and compares proposals for analytical lab services covering a range of environmental testing methods for the years 2025 to 2029. It details various services, including testing for volatile and semi-volatile organics (e.g., VOCs, PAHs), metals (e.g., RCRA Metals), and microbiological assessments, each paired with their corresponding methods and unit prices for a defined turnaround time of 28 days. Additionally, it includes information on expedited sample result options, highlighting cost multipliers for turnaround times of 24 hours up to 14 days. The pricing structure facilitates the evaluation of cost efficiency and method applicability for the procurement of laboratory services under the context of federal grants and RFPs. The comprehensive list serves as a significant resource for decision-makers assessing analytical capabilities and ensuring compliance with environmental regulations. The document encapsulates essential aspects required for reviewing bids, aimed at promoting transparency and competitive pricing in financial proposals for governmental needs. Overall, this proposal comparison aids in strategic planning and resource allocation for environmental testing services in line with governmental standards.
    The government document outlines a solicitation for the establishment of new Blanket Purchase Agreements (BPAs) for Analytical Lab Services. The purpose is to seek vendors for these services, following the expiration of previous contracts, specifically W9128F19A0001 and W9128F19A0002. Key queries raised by potential contractors include the inclusion of toxicity testing within the scope of the work, which is confirmed to be addressed in a supplemental amendment. There is also a requirement for laboratories to hold Department of Defense (DoD) certifications along with necessary state certifications, with testing potentially occurring in various states. This document serves as an essential guide for vendors looking to navigate the federal contracting process effectively, ensuring compliance with specific regulatory demands and operational scopes, thus facilitating the engagement of qualified laboratories in supporting government environmental and safety standards.
    The document outlines a solicitation for establishing new multiple Blanket Purchase Agreements (BPAs) for Analytical Lab Services. It aims to gain clarity on the contract's status, confirming that it is a new initiative, distinct from prior BPAs referenced as W9128F19A0001 and W9128F19A0002. The scope of work includes toxicity testing, and amendments to the proposal are indicated for further details. Laboratories are required to hold Department of Defense (DoD) and relevant state certifications, with testing potentially occurring in various states. The solicitation clarifies that bidders may abstain from certain line items as described in the bidding instructions. Overall, this file emphasizes the government's intent to secure reliable analytical lab services while ensuring compliance with specified regulatory standards.
    The United States Army Corps of Engineers, Northwestern Division, is soliciting proposals for Blanket Purchase Agreements (BPAs) for Analytical Lab Services under Solicitation #PANNWD-24-P-0000001834-12373-007. This procurement, aimed at establishing multiple agreements for services related to environmental analysis, will cover various locations across the contiguous United States, Hawaii, Alaska, and U.S. Territories. The services required include sample analysis, instrument testing, and data reporting, with an emphasis on compliance with Department of Defense (DoD) accreditation standards. Interested firms must submit quotations electronically by September 16, 2024, and be registered in the System for Award Management (SAM). The evaluation of proposals will consider technical experience, quality system documentation, and pricing, with a goal of selecting up to three firms based on the best value for the government. The total contract value is capped at $450,000 over five years. The Request for Quote (RFQ) process emphasizes the importance of a documented quality management system in line with ISO standards. Detailed submission instructions and required documentation are provided to ensure compliance and clarity in the evaluation process, and less than 10 pages is specified for the technical proposal.
    The document is a Previous Experience Form associated with Solicitation No: PANNWD-24-P-0000001834, intended for Offerors to detail their relevant project experience in response to a federal Request for Proposals (RFP). It requires the submission of information for each claimed project, including the Offeror's name, project title, contract and task order numbers, and whether the laboratory services were in-house or subcontracted. Additionally, it solicits details on project descriptions, financial figures (initial and final contract amounts), service delivery dates, program types (e.g., HTRW, MMRP), and electronic data reporting deliverables (e.g., FUDSCHEM, ERPIMS). The form underscores the necessity for comprehensive insights into past performance, which is crucial for the evaluation of bids in government contracting. Overall, this form serves as a tool for gathering pertinent experience to assess the Offeror’s qualifications for the project in question.
    The Performance Work Statement outlines the requirements for analytical laboratory services to support the U.S. Army Corps of Engineers (USACE) Omaha District's geotechnical and environmental projects. The primary goal is to obtain legally defensible environmental data through chemical and microbiological analysis of various matrices such as soil, water, and air, primarily from formerly used defense sites. The contractor must adhere to the U.S. Department of Defense (DoD) Quality Systems Manual and ensure compliance through ISO/IEC 17025:2017 certification. Key tasks include conducting analyses using specified protocols, managing subcontracted services when necessary, and submitting data through the FUDSChem portal within specified timelines. Comprehensive quality control measures are mandated, including thorough reporting of results and any anomalies. Required certifications for laboratories include asbestos and lead analysis accreditations, and detailed documentation protocols are established for sample handling, data deliverables, and emergency corrections. Overall, this document highlights the stringent quality assurance frameworks and the collaborative nature of environmental restoration initiatives, emphasizing the importance of valid scientific data for regulatory purposes.
    The United States Army Corps of Engineers (USACE) seeks a qualified contractor to provide comprehensive analytical laboratory services for environmental restoration projects. The work entails conducting chemical, toxicity, and microbiological tests on various samples, including soil, water, and air. These samples are primarily from Department of Defense sites. The focus is on generating technically valid and legally defensible data that adheres to DoD quality systems standards. Laboratories must be accredited according to DoD guidelines and possess relevant certifications. The contract will issue calls for specific projects, detailing performance requirements. Data must be submitted electronically, including SEDDs and a PDF report within a maximum of 28 days. This file outlines the scope, quality control measures, certification requirements, analytical protocols, and data submission processes. Cost multipliers are included for expedited sample results.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ANALYTICAL LAB SAMPLE-TRINITY RIVER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide analytical laboratory services for environmental assessments related to the Trinity River. The procurement involves evaluating up to 380 samples for hazardous materials, including asbestos and heavy metals, with a performance period from September 29, 2024, to March 28, 2026. This initiative underscores the government's commitment to environmental safety and regulatory compliance, ensuring that all analyses adhere to federal standards and methodologies. Interested bidders must submit their quotes by September 17, 2024, at 7 AM ET, and can contact Kelly Cook at kcook@usbr.gov for further information.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    Geotechnical Lab and Construction Material Testing Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, is soliciting proposals for geotechnical lab and construction material testing services. The procurement aims to secure testing laboratories and services that are critical for ensuring the quality and safety of construction materials used in various defense projects. These services play a vital role in maintaining compliance with engineering standards and enhancing the durability of military infrastructure. Interested vendors should contact Erynn Wright at erynn.n.wright@usace.army.mil or Michael France at michael.g.france@usace.army.mil for further details, and note that the due date for submissions has been extended as per the latest amendment.
    Laboratory Analysis
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command, is seeking proposals for a contract focused on laboratory analysis and environmental sample collection services at Fort Jackson, South Carolina. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform sample collection, laboratory analysis, and result reporting, adhering to the standards outlined in the Performance Work Statement. This procurement is critical for ensuring compliance with federal, state, and local environmental regulations, particularly concerning hazardous materials and environmental assessments. Interested contractors must submit their proposals by October 1, 2024, and can direct inquiries to Tonya Goines at tonya.l.goines.mil@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Resource Conservation and Recovery Act (RCRA) Environmental Laboratory Analysis in Support of Hazardous Waste Permit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to perform laboratory analyses of environmental samples in support of the Resource Conservation and Recovery Act (RCRA) hazardous waste permit at the Pueblo Chemical Depot in Colorado. The contractor will analyze samples such as concrete chips, soils, and wipes to determine concentrations of chemical agents, including mustard and its degradation products, as well as RCRA compounds like metals and mercury. This analysis is critical for ensuring compliance with environmental standards and the closure performance standards established by the Colorado Department of Public Health and Environment. Interested parties should contact Marc Lukaszewicz at marc.s.lukaszewicz.civ@army.mil or Lionel Love at lionel.d.love.civ@army.mil for further details regarding this opportunity.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors are encouraged to review the Performance Work Statement and submit inquiries via the provided Question & Answer form, with key deadlines and requirements outlined in the solicitation documents. For further information, prospective offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.
    Wastewater Treatment Plant Lab Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for laboratory testing services related to wastewater treatment at Scott Air Force Base in Illinois. The selected contractor will be responsible for performing weekly laboratory tests in compliance with the National Pollutant Discharge Elimination System (NPDES) permit, including the provision of sample containers, temperature-controlled transport, and timely reporting of test results within ten calendar days. This procurement is crucial for maintaining environmental safety and compliance in wastewater management, with the contract set aside exclusively for small businesses under NAICS code 541380. Interested parties must submit their proposals, including a cover letter and technical documentation, by the specified deadlines, and can direct inquiries to Erica Bratton at ERICA.BRATTON@US.AF.MIL or Brandon Katka at brandon.katka@us.af.mil.