Waste Water Testing
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 Naval Research Laboratory (NRL) in Washington, DC, is soliciting quotations for Waste Water Testing services. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) on a Firm-Fixed-Price (FFP) basis. The requirement covers a five-year period of performance from March 1, 2026, to February 28, 2031. Quotations are due by March 25, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide comprehensive laboratory support for the NRL Environmental Program. This includes picking up samples from the NRL Washington, DC location within two calendar days of request and performing various analytical services. Key analyses include:
- Drinking Water Analysis: Lead & Copper, Total Coliform, Nitrate, Disinfection Byproducts.
- Wastewater Analysis: Total Petroleum Hydrocarbons, Oil & Grease, various metals (Copper, Mercury, Zinc, Arsenic, Cadmium, Lead, Molybdenum, Nickel, Silver), Cyanide, Total Toxic Organics, PCBs.
- Transformer Oil Analysis: PCB tests.
- Fuel Oil Analysis: API Gravity, Heat of Combustion, Sulfur Content.
- TCLP Complete Extracts for Metals & Organics. All analyses must follow standard EPA Methods. The laboratory must be certified by relevant agencies (e.g., MARTEL LABORATORIES JDS, INC, DC Dept. of Energy and Environment, or U.S. EPA) and provide a copy of their Laboratory Quality Assurance Manual and Standard Operating Procedures.
Performance Standards
- Routine laboratory analysis reports require a ten (10) day turnaround from sample receipt.
- Other reports must adhere to the timeframe identified on the Chain of Custody.
- Positive test results or those exceeding the Maximum Contaminant Level (MCL) must be reported within 24 hours of analysis.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed-Price (FFP).
- Set-Aside: Total Small Business.
- NAICS Code: 541380 (Small Business Size Standard: $19,000,000).
- PSC: H946 (Other Quality Control, Testing And Inspection Services: Water Purification And Sewage Treatment Equipment).
- Period of Performance: March 1, 2026 – February 28, 2031 (Base year + 4 option years).
- Place of Performance: U.S. Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington, DC 20375.
- Requirements: Offerors must be an Original Equipment Manufacturer (OEM) or an authorized dealer/distributor/reseller for proposed equipment/systems, ensuring OEM warranty and service.
Submission & Evaluation
Offerors must submit one (1) copy of their technical and price quote via email. Submissions must include Company Cage Code, Manufacturer’s Name, and Country of Origin. The government intends to award a purchase order based on a Lowest Price Technically Acceptable (LPTA) evaluation, considering price and other factors. Award may be made without discussions. Offerors must have an active SAM.gov registration. All questions must be submitted via email to the point of contact.
Key Dates & Contact
- Quotations Due: March 25, 2026, 3:00 PM EST.
- Published Date: March 19, 2026.
- Government Point of Contact: Yina Brooks (yina.brooks.civ@us.navy.mil).