Bulk Material Sampling and Analytical Laboratory Services Procurement
ID: SP800025R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO COLUMBUS DIVISION #3FORT BELVOIR, VA, 22060-6223, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide bulk material sampling and analytical laboratory services. The contractor will be responsible for performing physical and chemical property testing of materials entering the National Defense Stockpile, ensuring compliance with government specifications and requirements. This procurement is critical for maintaining the integrity and safety of materials used in defense operations, with task orders detailing specific services, sampling locations, and timelines for analysis. Interested vendors must submit their proposals electronically by May 19, 2025, at 12:00 PM EST, and can direct inquiries to primary contact Zoryanna Siemer at zoryanna.siemer@dla.mil or secondary contact Alicia Barrowman at alicia.barrowman@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines analytical testing services and pricing for a government Request for Proposal (RFP), highlighting specific laboratory services such as physical property tests, elemental analysis, and sampling services. It includes detailed pricing sheets for various tests covering parameters like particle size, moisture content, and elemental composition, utilizing techniques like ICP-OES, ICP-MS, and Titration. The contract spans a base period from August 5, 2025, to August 4, 2026, with two one-year option periods, setting fixed prices for services to ensure predictable budgeting. Additionally, it details projected costs for sampling and travel, with a "not-to-exceed" clause for time and materials pricing, ensuring the contractor's risk is minimized regarding budget overruns. The document is structured with a clear list of test types, associated costs, and labor classifications needed for the analytical services. In summary, this file serves as a comprehensive guide for potential bidders in the federal procurement process, providing essential pricing information and contractual requirements related to laboratory analytical services necessary for government contracts.
    The document outlines pricing sheets for analytical laboratory services, detailing various tests and associated costs, labor rates, and travel expenses for federal contracting purposes. It includes a range of physical property tests, element tests, and fees related to sample preparation, specifying unit prices for each service. The contract spans a base period from August 2025 to August 2026, with two optional extensions for the following years. Each section categorizes services such as ICP-OES/AES and GD-MS analysis, with specific costs provided for each analytical method. The pricing sheets also highlight labor categories with estimated hours and rates, supporting the need for precise budgeting for labor-intensive projects. Travel pricing is addressed, outlining methodologies for calculating costs based on labor and mileage. The document serves as a Federal Acquisition Regulation (FAR) compliant bid proposal, emphasizing fixed costs and labor-hour estimates necessary for government contracts. By providing comprehensive pricing details and standardized procedures for evaluations and proposals, it aims to streamline the bidding process for chemical and material testing services within government contexts. The detailed breakdown ensures clarity for potential contractors regarding expectations and financial commitments across different periods.
    The document outlines the Past Performance Questionnaire (PPQ) for contractors bidding on the Bulk Sampling and Testing contract under the Defense Logistics Agency (DLA). It serves to evaluate a contractor's previous performance on awarded contracts, assessing satisfaction levels in various areas, including cost control, quality, overall performance, and adherence to schedules. Contractors must provide identifying information alongside contact details for clarification purposes. The questionnaire includes specific inquiries such as contract details, cost management efficacy, compliance with safety and performance standards, and timeliness of service delivery. Additionally, it invites evaluators to provide an overall performance rating and reflect on whether they would award future contracts to the same contractor. The purpose of this PPQ is to gather crucial data for informed decision-making in the contractor selection process, ensuring reliability and competence in fulfilling government project requirements. This systematic evaluation aligns with federal contracting protocols, emphasizing the importance of past performance in determining future contract awards.
    The document outlines two mock task orders related to government procurement of materials, focusing on Electrolytic Manganese Metal (EMM) sampling and cobalt testing. The first task order details the government's expectation to receive 2,160 metric tons of EMM in 2026, requiring the contractor to provide sampling for each of the 36 lots, ensuring chemical property representativeness and conducting particle size analyses. The contractor must submit a Sampling Plan, including health and safety measures and equipment requirements. The EMM analysis is critical, with specific particle size tolerances outlined. The second task order involves 15 cobalt lots stored in Indiana, with the contractor tasked to analyze samples within 40 days of receipt. A Testing Plan must detail preparation methods, instrumentation, and laboratory capabilities. The contractor must report on multiple elemental content values without detailed specifications for each. Both task orders require a Quality Assurance Plan in the proposals, reflecting the government's emphasis on rigorous analysis and documentation in compliance with grant and RFP standards. These orders illustrate the federal government's commitment to ensuring material quality and safety in procurement practices.
    The document outlines a Request for Proposals (RFP) for laboratory material sampling and analytical services. It specifies the need for laboratory technicians to conduct sampling related to various physical and chemical properties of materials, such as metals and other contaminants. Key details include hourly rates for contract managers and technicians, as well as specific tasks to be undertaken during the sampling process. It emphasizes the importance of adhering to regulatory standards and the preparation of reports based on laboratory analyses. The proposal seeks qualified vendors to provide reliable materials characterization services to ensure compliance with safety and environmental regulations. Overall, it outlines the requirements and expected deliverables within the context of government contracts aimed at maintaining public safety standards.
    The Quality Assurance Surveillance Plan (QASP) for Bulk Material Sampling and Analytical Laboratory Services outlines procedures for evaluating contractor performance on behalf of the Defense Logistics Agency. The document details a performance management approach focused on outcomes, emphasizing contractor flexibility and continuous improvement while ensuring adherence to performance standards. Key responsibilities include monitoring, reporting, and corrective measures in case of non-compliance, with the potential for re-performance at the contractor's expense, reduced invoices, or contract termination. Performance objectives, acceptable quality levels, surveillance methods, and corrective actions are systematically defined to ensure transparency and accountability. The QASP highlights critical timelines for sample analysis, independence of sampling operations, and the importance of maintaining chain of custody for sample integrity. Additionally, compliance with environmental regulations and safety protocols is mandated throughout the operations. The culmination of the QASP ensures that the contractor delivers reliable, high-quality services while adhering to all specified standards and requirements, underscoring the government's commitment to operational excellence in materials sampling and analytical services.
    The Scotia Depot ESOHMS Orientation Guide outlines the Environmental, Safety, and Occupational Health Management System (ESOHMS) adopted by DLA Strategic Materials, structured around ISO 14001:2015 and ISO 45001:2018 standards. This guide emphasizes the importance of compliance with legal standards, continuous improvement, effective communication, and resource availability for training, aiming to protect human health and the environment. Key components include emergency response protocols, hazardous materials safety measures through NFPA labeling, and pollution prevention strategies—such as the Storm Water Pollution Prevention (SWPP) and Spill Prevention, Control, and Countermeasures (SPCC) plans. Contractors are required to manage hazardous materials appropriately, comply with recycling programs, and communicate any pertinent emergency information. The document reinforces the commitment to environmental protection and encourages proactive behavior in preventing contamination of local waterways. Overall, this orientation guide serves as a crucial resource for contractors and personnel interacting with the depot, ensuring awareness of health and safety practices integral to the facility’s operations.
    The Hammond Depot ESOHMS Orientation Guide outlines the Environmental, Safety, and Occupational Health Management System (ESOHMS) implementation by DLA Strategic Materials. Based on ISO standards, the ESOHMS aims to inform contractors and visitors about critical policies for protecting human health and the environment. Key elements of the ESOH policy emphasize compliance, continuous improvement, and communication. The document introduces the "Five Commandments," including safety, recycling, conservation, job responsibility, and awareness of regulations. It outlines emergency response procedures, including contact information and actions during emergencies. The guide details hazardous materials storage, pollution prevention strategies, and contractor requirements, emphasizing compliance with local, state, and federal regulations. Contractors are instructed to report hazardous materials use, maintain Safety Data Sheets (SDS), and engage with the depot's recycling program while acting responsibly in managing hazardous materials. The overall purpose of the guide is to ensure a safe, compliant operational environment at Hammond Depot, encouraging all individuals to be vigilant about environmental impacts and safety practices.
    The Hawthorne Depot ESOHMS Orientation Guide outlines essential procedures and safety protocols for contractors and visitors at the facility. The guide introduces the Environmental, Safety, and Occupational Health Management System (ESOHMS), which complies with ISO 14001:2004 and OHSAS 45001 standards, emphasizing a commitment to environmental protection and occupational safety. Key elements include compliance with laws, continuous improvement, and communication practices. The document details emergency response procedures, including contact information for the Depot Supervisor and the nearest hospital. It instructs personnel on handling hazardous materials, identifying risk via NFPA color-coded signs, and adhering to the pollution prevention policies set forth. Contractors are required to report hazardous materials, maintain Material Safety Data Sheets (MSDS), and comply with safe disposal regulations. The summary emphasizes the pivotal role that all employees play in maintaining safety and environmental standards, encouraging proactive engagement in identifying and mitigating potential contamination issues. Overall, this guide serves as a foundational document for ensuring a safe and compliant working environment at the Hawthorne Depot, reflecting broader federal objectives in environmental and occupational health management.
    The DLA Strategic Materials Depot outlines essential on-site rules for visiting personnel, emphasizing compliance with security, environmental, safety, and occupational health regulations. Key requirements include adherence to the DLA's Environmental, Safety, and Occupational Health Management System (ESOHMS) and the review of relevant Safety Data Sheets (SDS) for materials being sampled. Visiting personnel must ensure they have necessary personal protective equipment and training, report incidents or injuries to the Contracting Officer Representative (COR), and complete written reports of such occurrences. Transportation of samples must align with Federal and State regulations, including hazardous materials guidelines, and all waste generated must be disposed of in accordance with applicable laws. This document serves as a critical framework for ensuring safety and regulatory compliance during materials sampling at the DLA facility, reinforcing the importance of health protection and environmental stewardship in government operations.
    The Occupational Radiation Protection Program (ORPP) established by DLA Strategic Materials (DLA-SM) in December 2022 outlines guidelines for protecting personnel from ionizing radiation during the handling and storage of licensed radioactive materials. The policy applies to all DLA-SM employees, visitors, and contractors at facilities where radioactive materials are present. Key responsibilities include the Chief, Environmental Management overseeing program development and administration, while the Radiation Safety Officer (RSO) ensures compliance with safety regulations and training. The program mandates regular reviews of procedures, maintenance of radiation detection instruments, and annual assessments of personnel exposure through Thermoluminescent Dosimeters (TLDs). Emphasis is placed on maintaining doses "As Low As Reasonably Achievable" (ALARA) with control measures such as engineering controls, restricted access, and personal protective equipment. Waste disposal is advised to comply with DoD regulations through a contracted broker. Stringent documentation requirements are established for monitoring exposure levels and conducting annual radiological surveys, ensuring compliance with Nuclear Regulatory Commission (NRC) standards. The program also emphasizes the importance of training, emergency procedures, and maintaining medical surveillance for employees potentially exposed to hazardous materials. Overall, the ORPP supports the safe operation of DLA-SM facilities, prioritizing the health and safety of individuals involved in activities related to radioactive materials.
    The Department of Defense's Defense Logistics Agency requires independent third-party bulk commodity sampling and analytical laboratory services for materials entering the National Defense Stockpile. This contract is governed by the Strategic and Critical Materials Stock Piling Act, as materials may remain stored for decades, necessitating precise verification of their chemical and physical properties. The contractor must conduct sampling and analysis of various materials, including metals like cobalt, lithium, and rare earth elements, ensuring adherence to governmental specifications within strict timelines. All sampling operations and testing must be independent from external influences, maintaining a robust chain of custody and quality assurance standards. The contractor must possess relevant certifications, including ISO accreditations and demonstrate expertise in analytical methods compliant with industry standards. The contract operates as an Indefinite Delivery Indefinite Quantity (IDIQ) with a minimum value of $10,000 and a maximum of $9.6 million. Tasks will be issued as Task Orders (TO), detailing materials, sampling procedures, and analytical requirements. The contractor is responsible for all logistics, quality management, and compliance with environmental and safety regulations while working on-site at government depots or commercial locations. This initiative is vital for upholding national defense standards and ensuring material reliability for future military operations.
    This government solicitation seeks proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide bulk sampling and analytical testing services for materials entering the National Defense Stockpile. The contractor will perform physical and chemical testing to verify that materials meet government specifications and requirements. Task Orders (TO) will detail the specific services, sampling locations, and timeframes, requiring the contractor to deliver Certificates of Analysis (COAs) within 80 calendar days of requests. The government operates storage depots across multiple states and must make timely acceptance decisions based on the COAs. Each TO will be issued with clear guidelines, and a firm-fixed price arrangements are envisioned, with potential extensions for the contract. The solicitation is open to all businesses, with no set-asides for specific business categories. Proposals must be submitted electronically by the deadline, and late submissions will not be considered. This contract aims to ensure reliable material documentation and compliance with safety regulations throughout the acquisition process.
    This document is Amendment 0001 to Solicitation SP8000-25-R-0005, issued by the Defense Logistics Agency (DLA). Its primary purpose is to address questions posed by interested contractors regarding contract specifics for Sampling and Analytical Lab Services. Key points include clarification that the total ceiling price of $754,800 applies for all three years without a cost-of-living adjustment, and that a total of 5,418 estimated hours of labor is anticipated for the contract period. Additionally, contractors are informed that specific requirements for tasks, such as hazard analysis and material testing, will be detailed in individual Task Orders. The amendment also provides updated pricing structures, outlining costs for analytical testing, sampling services, and travel. Contractors must submit their revised proposals by the extended deadline of May 16, 2025, via email to designated DLA representatives. It emphasizes the importance of adherence to established terms and clarifications vital for executing the required services effectively, demonstrating the DLA's structured approach to contract modifications and vendor communication.
    The document is Amendment 0002 to solicitation SP800025R0005, issued by the Defense Logistics Agency's Columbus Division. Its primary purpose is to amend the solicitation by correcting an earlier mistake in the solicitation number and extending the submission deadline. The previous close date of May 16, 2025, has been moved to May 19, 2025, at 12:00 PM EST. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the importance of acknowledging the receipt of this amendment to avoid rejection of offers that do not comply with submission guidelines. It outlines the appropriate methods for acknowledgement and stresses the significance of timely responses from contractors. Overall, this amendment serves to ensure clarity and fairness in the procurement process by updating essential details of the solicitation.
    Similar Opportunities
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    KnowItAll IR Spectral Library Subscription
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking to procure a subscription for the brand-name specific KnowItAll IR Spectral Library to support material identification analysis using FTIR instrumentation. This procurement is essential for the DLA Information Operations, as it directly aids customers of the DLA Product Test Center in their analytical needs. The contract will be structured as a single firm-fixed price delivery order with a base year and four option years, running from November 15, 2025, to November 14, 2030, with offers due by November 7, 2025, at 11:00 AM EST. Interested vendors should submit their proposals via the NASA SEWP V website, and the award will be made to the lowest priced, technically acceptable offeror. For further inquiries, contact Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600.
    Detector Kit, Chemical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 22 units of a Chemical Detector Kit (NSN: 6665-01-706-8739) with an option for an additional 22 units. This firm-fixed price contract requires that the kits conform to specific government drawings and standards, with inspection and acceptance occurring at the origin, necessitating coordination with the Defense Contract Management Agency (DCMA). Proposals must be submitted via email to the primary contact, Patricia M. Roussin, by December 15, 2025, at 11:59 PM EST, and a Technical Data Package is available for interested parties who meet the necessary access requirements.
    Sampling Probe Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Sampling Probe Assemblies, specifically identified by NSN: 6665-12-326-6355 and Part Number: 8003153. This Firm Fixed Price supply contract requires offers for a total of 106 units, including 53 production units and 53 unexercised option units, with a single award anticipated. The goods are critical for applications involving hazard detection and navigation systems, necessitating compliance with stringent packaging and testing standards, including MIL-STD-2073-1 and MIL-STD-129. Interested vendors must submit their proposals electronically and ensure they are registered on SAM.gov, with all submissions adhering to the specified deadlines. For further inquiries, Richard Campbell can be contacted at richard.j.campbell@dla.mil or by phone at (586) 234-1610.
    28--TANK,DETECTOR ASSEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of the Tank, Detector Assembly (NSN 2815011805915). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum of three units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    53--DIAL,SCALE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of DIAL, SCALE (NSN 5355003859189). The requirement includes an estimated quantity of 4 units, with delivery expected within 99 days after order placement, and may lead to an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. These items are critical for various applications within military operations and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    66--TEST SET SUBASSEMBL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 63 units of the TEST SET SUBASSEMBL, identified by NSN 6665123891627. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 9. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in defense logistics. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    DESICCANT,ACTIVATED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of activated desiccant. This solicitation aims to fulfill specific requirements for the manufacture and quality assurance of the desiccant, which is crucial for moisture control in various military applications, particularly on submarines and surface ships. The contract includes stringent quality control measures, including compliance with multiple military standards and specifications, and emphasizes the importance of mercury-free materials. Interested vendors must submit their proposals by December 19, 2025, and can direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information.