Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2025 SAM #8761
SOLICITATION NOTICE

F -- Analytical Services for Environmental Sample Analysis

Notice Date
11/19/2025 3:29:40 PM
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW26RA004
 
Response Due
12/5/2025 2:00:00 PM
 
Archive Date
12/20/2025
 
Point of Contact
Briana Armstrong, John Scola
 
E-Mail Address
briana.l.armstrong@usace.army.mil, john.p.scola@usace.army.mil
(briana.l.armstrong@usace.army.mil, john.p.scola@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION a Request for Proposal (RFP) anticipated and forthcoming. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. No proposals are being requested or will be accepted with the Synopsis. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist noted below. The United States Army Corps of Engineers (USACE) Seattle District (NWS) anticipates solicitation and award of one (1) Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) resulting from upcoming RFP W912DW26RA004. The total contract capacity is estimated to be $825,000.00, base and option years combined (estimated $165,000 capacity per year). The period of performance is for a total of 5 years, 1 base year and 4 option years (from 2026 through 2031). Work anticipated under this procurement will consist of analytical/testing laboratory services to provide chemical analysis in a range of matrices in support of projects for various customers. Sample collection is NOT included in the scope of this requirement. The RFP will be full and open competition. The North American Industry Classification System (NAICS) Code is 541380 Testing Laboratories with a $19M size standard. Project Description: While executing the investigation and remediation of hazardous waste, toxic waste, navigational, and dredging projects for both civilian and military agencies of the Federal Government, the USACE NWD has need for an analytical laboratory to provide chemical analyses for a range of matrices (e.g., soil, water, sediment, tissue, and air). The contract will support existing and future USACE customers within the USACE NWD covering, but not limited to, the following states: California, Colorado, Idaho, Iowa, Kansas, Minnesota, Missouri, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, Wisconsin, and Wyoming. The sampling will be performed by USACE or other parties using sample containers provided by the awardee�s laboratory. All samples will be packed and shipped or hand-delivered directly to the laboratory for testing. The average task order will require the Offeror to have the capability to receive (but is not limited to) 10 or more samples a day for 7 or more calendar days. During high workload events, the Government will engage in increased communication to ensure proper task order/project success. This contract is for environmental laboratory analyses associated with USACE civil works projects, activities mandated by federal agencies, and other environmental laws and regulations (e.g., Defense Environmental Restoration Program, Formerly Used Defense Sites). Other environmental laws and regulations governing this contract for environmental laboratory analyses include, but are not limited to, the Federal and state versions of the Clean Air Act; Clean Water Act; Toxic Substances Control Act; Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); Resource Conservation and Recovery Act (RCRA); and underground storage tank laws and regulations. Interested firms would have capabilities to provide professional scientific and technical services to perform chemical analyses and physical testing pursuant to Federal, State, County, and local laws and regulations. Department of Defense (DOD) Environmental Laboratory Accreditation Program (ELAP) accreditation, Environmental Protection Agency (EPA) National Environmental Laboratory Accreditation Program (NELAP) accreditation, and/or other state accreditations (as necessary) will be required. The necessary accreditations will be specified in the RFP and in any individual task orders issued under the planned SATOC. Firms must also be able to provide results in the specified electronic format. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual on-line representations and certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. ON OR ABOUT, 8 Dec 2025, the link for the RFP documents for this project will be available via the website https://sam.gov/ under Contract Opportunities W912DW26RA004. Your firm must have an active registration with https://sam.gov/ and https://piee.eb.mil/ to view and download the RFP documents. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking https://sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror�s inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this RFP, you MUST log in to https://sam.gov/ and add the RFP to your �Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this RFP. Your firm�s proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. For PIEE registration, training, and instructions for posting an Offer, refer to the following links: PIEE Registration: https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. PIEE Solicitation Module: Training and instructions are accessible through PIEE � Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select; Solicitation Module and Proposals (Offers) and Posting Offer) For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox � Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module. Point-of-Contact: The point-of-contact for administrative or contractual questions regarding this Synopsis is Briana Armstrong at email: briana.l.armstrong@usace.army.mil. Once the RFP has been issued, all questions must be submitted in accordance with the RFP instructions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3d757dde0b4c44e1bb51934e2284773b/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN07646259-F 20251121/251119230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.