USAFSAM/OE Water Testing

SOL #: COMBO-AFRL-PZLEQ-2026-0009Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2396 USAF AFMC AFRL PZL AFRL PZLE
WRIGHT PATTERSON AFB, OH, 45433-7541, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Testing Laboratories and Services (541380)

PSC

Reference Laboratory Testing (Q301)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 2, 2026, 9:00 PM

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 Department of the Air Force is soliciting proposals for a five-year, pre-priced Blanket Purchase Agreement (BPA) for Water Testing & Analysis services. This opportunity supports the United States Air Force School of Aerospace Medicine (USAFSAM) Occupational and Environmental (OE) program by providing analytical testing of drinking and raw water samples. The place of performance is primarily Wright-Patterson AFB, OH, with samples originating from worldwide USAF and DoD installations. Proposals are due April 2, 2026, at 5:00 PM EDT.

Purpose & Scope

The objective is to provide occupational and environmental program support to USAF Major Commands (MAJCOMs) by performing analytical testing of drinking water or raw water samples. This effort assists in reporting data for environmental health risk assessments, adhering to regulations such as OSHA, EPA's Safe Drinking Water Act (SDWA), Clean Water Act (CWA), and Resource Conservation and Recovery Act (RCRA).

The contractor will provide all personnel, equipment, tools, materials, and supervision for analytical testing of organic, inorganic, conventional, general chemical, and radio-analytical parameters. Services include sample receiving, storage, analysis, disposal, Quality Control (QC), and Chain-of-Custody (COC) maintenance. Analytical reports must adhere to ISO17025:2017 standards, and analyses must use EPA-approved methods. Laboratories must be EPA certified for applicable drinking water methods, participate in Performance Testing (PT) programs, and preferably be ISO/IEC17025 accredited. Samples will originate from worldwide CONUS and OCONUS USAF/DoD installations.

Contract Details

  • Type: Pre-priced Blanket Purchase Agreement (BPA)
  • Duration: Five (5) years from contract award, or until the BPA master dollar limit is reached.
  • Master Dollar Limit: $500,000.00
  • GPC Call Limit: $25,000.00 (for authorized callers)
  • Contracting Officer Call Limit: $150,000.00
  • NAICS Code: 541380 (Testing Laboratories and Services)
  • PSC Code: Q301 (Reference Laboratory Testing)
  • Set-Aside: None
  • Place of Performance: Wright-Patterson AFB, OH, with samples from worldwide CONUS and OCONUS USAF/DoD installations.

Evaluation Factors

Award will be made to the offeror whose quotation is deemed the best value to the Government, based on:

  1. Conformance to the solicitation requirements.
  2. An "Acceptable" rating on the Technical Capability evaluation factor.
  3. Submission of the lowest Total Evaluated Price (TEP), provided it is deemed fair and reasonable. The TEP will be evaluated based on the completed Price List Spreadsheet (Attachment 2).

Submission Requirements & Key Dates

Quotations must be submitted electronically to jessica.briggs@us.af.mil by April 2, 2026, at 5:00 PM EDT. The email subject line must be “OE WATER TESTING & ANALYSIS”. The entire quotation must be in a single email (max 5MB), with allowed attachments including .pdf, .doc, .docx, .xls, or .xlsx files. Quotes must include company information (name, address, DUNS, Cage Code, TIN), Point of Contact details, quotation number and date, quote validity timeframe, and individual item prices. Offerors must complete and attach the Price List Spreadsheet (Attachment 2). All prospective awardees must be registered and maintain active registration in SAM.gov.

People

Points of Contact

Jessica BriggsPRIMARY

Files

Files

Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
View