F--Groundwater Sampling of Monitor Wells, Grand Teton
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service (NPS), under the Department of the Interior, is soliciting proposals for Annual Groundwater Sampling of Monitor Wells in Grand Teton National Park (GRTE) and the John D. Rockefeller Memorial Parkway (JODR). This Total Small Business Set-Aside opportunity seeks to fulfill Wyoming Department of Environmental Quality (WYDEQ) permit requirements for wastewater systems. Proposals are due March 24, 2026, at 1:00 p.m. MDT.
Scope of Work
The contractor will perform annual groundwater monitoring, including spring (May/June) and fall (September) sampling events. Key tasks include:
- Collecting and analyzing samples for parameters such as volatile organic compounds (VOCs), TAL Metals, ammonia, nitrate, COD, cyanide, chloride, fluoride, sulfate, TOC, TDS, bicarbonate/carbonate alkalinity, and specific field parameters as detailed in Attachment 2. Formaldehyde analysis is required for three Gros Ventre wells.
- Completing State of Wyoming Class V Package Plant Treatment (Ground Monitoring) Department of Environmental Quality Reporting Forms for Class Injection Wells (GEMS Reports).
- Providing a Health and Safety Plan (HASP), Work Plan/Sampling and Analysis Plan (SAP), and Quality Assurance/Quality Control (QA/QC) component.
- Performing statistical analysis on groundwater data in accordance with WYDEQ Solid Waste Rules.
- Biennially monitoring seven wells at the Colter Bay Landfill site (Task 2).
- Managing purge water disposal (scattered for annual monitoring, Colter Bay Sewage System for landfill monitoring).
- Including laboratory analysis costs within unit pricing. HASP, monthly project management, and other non-sampling costs must be rolled into per-sample pricing.
Contract & Timeline
- Type: Firm-Fixed Price, Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract.
- Period of Performance: May 4, 2026, to May 3, 2031 (five ordering periods). Annual performance occurs May 1 to November 30.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 541620 (Environmental Consulting Service) with a $19M size standard.
- Proposal Due: March 24, 2026, at 1:00 p.m. MDT.
- Published: March 20, 2026 (latest amendment).
Evaluation & Submission
Award will be made based on best value to the government, considering Price, Technical Capability, and Prior Experience. Offerors must submit:
- A completed Price Schedule (Attachment 9).
- Documentation of Prior Experience (limited to 10 pages, counting towards the Technical Capability limit; 3 relevant contracts within the last 5 years, ongoing projects >50% complete are acceptable).
- A Technical Capability submission (maximum 10 pages), including 1-2 paragraphs summarizing relevant experience for key personnel (sampling individual and project manager/engineer).
- A proposed Work Plan/HASP with the bid proposal.
- Offerors must be registered in the System for Award Management (SAM).
Additional Notes
This solicitation incorporates the Service Contract Act Wage Determination (Attachment 10). Contractor travel expenses are not reimbursed as part of the lump sum contract. An RV site may be available. Contractors must minimize the spread of noxious weeds and ensure vehicles are clean. Personnel must follow GRTE safety policies, including carrying bear spray. Energy Laboratories is the preferred laboratory, but an approved equal can be used. No government-furnished property will be provided.